Base Fiber Expansion
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting quotes for Base Fiber Expansion at Mountain Home Air Force Base (AFB), Idaho. This opportunity, a Combined Synopsis/Solicitation (RFQ), requires the Engineer, Furnish, Install, and Test (EFI&T) of 72-strand Single Mode (SM) Fiber Optic Cable (FOC) infrastructure. This is a Total Small Business Set-Aside. Quotes are due March 10, 2026, at 4:30 PM MST.
Scope of Work
The contractor will be responsible for the EFI&T of approximately 14,500 feet of 72-strand SM FOC between various Information Transfer Buildings (ITBs) at Mountain Home AFB. This includes:
- Installing ductbank infrastructure and geotextile fabric innerduct.
- Terminating FOCs.
- Providing all necessary equipment, materials, labor, and supervision.
- Adhering to Federal, State, county, and base safety/security laws, TIA telecommunication standards, and base installation standards.
- Providing a one-year warranty on work and materials, operation/installation/maintenance manuals, and as-built drawings.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: N059 (Installation Of Equipment: Electrical And Electronic Equipment Components)
- Place of Performance: Mountain Home AFB, ID
- Quote Due Date: March 10, 2026, 4:30 PM MST
- Questions Due Date: February 25, 2026, 4:30 PM MST
- Period of Performance: To be determined based on proposed schedule and contract award date.
- Offer Acceptance: Offerors must hold prices firm for 60 calendar days.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering Price and Technical Capability. Technical capability will be evaluated on a "pass/fail" basis, requiring proposed products/items to meet or exceed minimum salient characteristics and specifications. Offerors must be registered in SAM.gov under NAICS code 238210 prior to award. Quotes must be emailed to the addresses provided in the solicitation; .zip files are not accepted. Submissions must include a signed solicitation, acknowledged amendments, company information, total proposed price on page one, and sufficient product detail to demonstrate compliance.
Key Attachments & Requirements
- Statement of Objectives (SOO): Details specific installation requirements, performance standards, and deliverables (e.g., as-built drawings, geospatial data, test reports).
- Provisions and Clauses: Outlines contractual obligations, including reporting, compliance, payment procedures, and small business subcontracting limitations.
- Wage Determination: Provides minimum wage rates and fringe benefits for labor, crucial for accurate pricing.
- Special Requirements: Includes strict adherence to safety (confined space), security (NISPOM, clearances), environmental compliance, weekly Integrated Process Team (IPT) meetings, and SAM.gov labor hour reporting.
Contact Information
- Primary: Liam Slater (Contract Specialist) - liam.slater@us.af.mil, 208-828-3113
- Secondary: Augustus Shinn (Contracting Officer) - augustus.shinn@us.af.mil