Premise Wiring B246 & B414
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, specifically the 14th Contracting Squadron (14 CONS), is conducting market research through a Sources Sought notice for Premise Wiring upgrades at Columbus Air Force Base (AFB), MS. This effort involves engineering, furnishing, installing, and testing (EFI&T) Cat-6 wiring infrastructure in Buildings 246 and 414, including the removal of outdated wiring. This is a Request for Information (RFI) and not a solicitation. Responses are due by April 17, 2026, 2:00 p.m. CST.
Scope of Work
The requirement is for the upgrade of premise wiring infrastructure to Cat-6 for Buildings 246 and 414 at Columbus AFB, MS. This includes:
- Removal and disposal of existing outdated cabling and termination materials.
- Installation of new Cat-6 cabling, patch panels, and outlet/jacks.
- Re-use of existing wall-mounted COM cabinets.
- Installation of appropriate horizontal/vertical cable management and support hardware.
- Grounding and bonding of new and existing infrastructure.
- Compliance with current ANSI/TIA telecommunication installation and testing commercial standards, AFSSI 7702, and NSTISSAM Tempest/2-95 for secure areas.
- All equipment, supplies, and materials must be new, not refurbished, and maintainable for at least five years.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Period of Performance: 90 days after contract award
- Set-Aside: None specified (market research to determine appropriate acquisition method, including potential set-asides)
- Response Due: April 17, 2026, 2:00 p.m. CST
- Published: April 10, 2026
Information Requested
Vendors are requested to provide:
- Company name, address, and points of contact.
- Company size (small or large business, including specific designations like HUB-Zone, veteran-owned, 8(a)).
- Company interest and capability to fulfill the requirement.
Additional Notes
Work will be performed at the UNCLASSIFIED level, and no security clearances are required for contractor personnel; government escorts will be provided if needed. Contractors must comply with all Federal, State, and Base safety and security regulations. A one-year warranty on workmanship and equipment (or manufacturer's standard, whichever is longer) is required. Deliverables include As-Built drawings, Work Schedule, Status Reports, and Test Reports.