IT Infrastructure for Former DOE Buildings

SOL #: FA940126B0001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9401 377 MSG PK
KIRTLAND AFB, NM, 87117-0001, United States

Place of Performance

ROAD FORKS, NM

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Installation Of Equipment: Electrical And Electronic Equipment Components (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 9, 2026, 7:00 PM

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 (377 MSG/PK) is soliciting bids for IT Infrastructure for Former DOE Buildings at Kirtland Air Force Base, New Mexico. This project involves upgrading telecommunications infrastructure, including the removal of old cabling and installation of new CAT6 cabling and fiber optics, to establish DoD network connectivity for seven former Department of Energy buildings. This is a Total Small Business Set-Aside with an anticipated magnitude between $500,000 and $1,000,000. Bids will be evaluated based on the lowest responsive and responsible price. Proposals are due February 9, 2026, at 12:00 PM MDT.

Scope of Work

The project's objective is to establish network connectivity for seven former DOE buildings (20380, 20386, 20388, 20389, 20391, 20392, 20393, and 20449) into the Kirtland telecommunications network and bring buildings 20386 and 20389 into compliance with KAFB Communications Standards. Key requirements include:

  • Outside Plant (OSP): Installation of 4-inch conduit, 144-strand Single Mode Fiber Optic cabling, and multicell fabric innerduct. Both open trenching and directional boring are acceptable, with concrete encasement required for duct banks under parking lots and roads.
  • Inside Plant (ISP): Tracing, cleanup, and removal of all existing telecommunications cables and equipment (e.g., patch panels, network drops). Replacement with CAT6 cabling and patch panels.
  • Infrastructure Installation: Installation and population of vertical cable raceways/poles (communications only, no power) for effective cable routing. Reuse or supplementation of existing cable routing equipment (cable trays, conduit, j-hooks).
  • Equipment Provision: Contractor is responsible for providing PDU equipment and purchasing/delivering Catalyst 9300 series network switch equipment (377 MSG/SC will configure/install). Installation of lockable network equipment cabinets (min 30" depth, 24" width).
  • Standards & Testing: Labeling of terminating ends according to KAFB Comm Standards. Testing of all installed cabling (fiber optic using TIA/EIA 568C) for final acceptance. All work must conform to Kirtland AFB Comm Division Specs, ANSI/TIA/EIA 607, MIL Standard 188-124B, and NFPA 70.
  • Site Restoration: Restoration of disturbed grounds to original condition, primarily concrete, dirt, and rocks.
  • Deliverables: As-built documentation (drawings, GPS coordinates, equipment listings, test results).

Contract Details

  • Contract Type: Firm Fixed Price.
  • NAICS Code: 238210 ("Electrical Contractors and Other Wiring Installation Contractors") with a $19M size standard.
  • PSC Code: N059 ("Installation Of Equipment: Electrical And Electronic Equipment Components").
  • Period of Performance: 365 calendar days from contract award, with performance beginning within 10 calendar days after Notice to Proceed.
  • Magnitude: Between $500,000 and $1,000,000.
  • Bonds: Performance and Payment Bonds are required, as is an Offer Guarantee.
  • Billing: Progress payments will be utilized, based on a percentage of work completed.
  • Warranty: A twelve-month warranty or manufacturer's standard commercial warranty, whichever is longer.

Submission & Evaluation

  • Proposal Submission Deadline: February 9, 2026, at 12:00 PM Mountain Daylight Time (MDT).
  • Submission Method: Electronically via email to the Contracting Officer.
  • Bid Opening: February 9, 2026, at 1:00 PM MDT at 377 MSG/PKC Conference room (RM 126).
  • Eligibility: Offerors must be registered and "Active" in SAM.gov.
  • Evaluation Basis: Award will be made to the lowest responsive and responsible bidder, considering only price. Bidders must ensure compliance with all solicitation requirements, as non-compliance may lead to disqualification.

Key Dates

  • Site Visit: January 16, 2026, 9:30 AM MDT (Attendees limited to four per company).
  • Questions Due: January 23, 2025, 4:00 PM MDT.
  • Proposal Due Date: February 9, 2026, 12:00 PM MDT.

Additional Notes

The solicitation includes numerous FAR and DFARS clauses. A wage determination (NM20250044) for Bernalillo County, NM, is applicable, outlining prevailing wage rates and fringe benefits for construction classifications.

People

Points of Contact

Zelena DorudemirPRIMARY
Alexander RamsowerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Feb 4, 2026
View
Version 8
Solicitation
Posted: Feb 3, 2026
View
Version 7Viewing
Solicitation
Posted: Feb 2, 2026
Version 6
Solicitation
Posted: Jan 28, 2026
View
Version 5
Solicitation
Posted: Jan 23, 2026
View
Version 4
Solicitation
Posted: Jan 12, 2026
View
Version 3
Solicitation
Posted: Jan 6, 2026
View
Version 2
Solicitation
Posted: Dec 31, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 16, 2025
View