Search Contract Opportunities

Sources Sought Announcement - Construction of Power Independence Mission Control Station, Buckley Space Force Base, Colorado - Telecommunications System

ID: W9128F25SM030 • Type: Sources Sought

Description

Posted: March 31, 2025, 10:11 a.m. EDT

****************************************************************************************
UPDATE: 31 March 2025

This Sources Sought is being cancelled as the requirement for name brand telecommunications equipment is no longer needed as part of this acquisition.

Point of Contract: Brandon Landis, Contract Specialist at brandon.p.landis@usace.army.mil

****************************************************************************************

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR CISCO SYSTEMS NETWORKING EQUIPMENT & American Power Conversion Corp. (APC) UNINTERRUPTIBLE POWER SUPPLIES (UPS) CONSTRUCTION OF POWER INDEPENDENCE MISSION CONTROL STATION (MCS) AT BUCKLEY SPACE FORCE BASE (SFB), COLORADO (CO)

INTRODUCTION

The US Army Corps of Engineers (USACE), Omaha District, Contracting Office, is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Telecommunications System(s) in the Construction of Power Independence Mission Control Station (MCS) at Buckley Space Force Base (SFB), Colorado.

The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may include specifications regarding the telecommunications, intercommunications, and associated components, or, if justified by market research a brand name Justification and Approval (J&A). USACE intends to issue one design-bid-build construction contract and the the acquisition will be solicitated as Unrestricted (i.e., full and open competition). The magnitude of construction is expected to range between $25,000,000 and $100,000,000.

This sources sought is specific to the telecommunications system required for the Power Independence MCS.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

PROGRAM BACKGROUND & DESCRIPTION OF SERVICES

USACE has received the mission to design and construct and/or renovate multiple facilities at Buckley SFB in support of the Space Force Program. As part of the design and construction effort, new Telecommunications System(s) will be installed to support the operation of various facilities, and the Air Force has standardized the use of both Cisco and APC equipment at Buckley SFB. The Government will not purchase these items directly, but will require the following construction contract to provide and install the following:

PROJECT Power Independence MCS

TYPE MILCON (3300)

MAGNITUDE - $25,000,000 to $100,000,000

ITEM Uninterruptible Power Supply

MAKE APC

ESTIMATED AMOUNT - $5,000 to $50,000

ITEM Enterprise IT Network Components

MAKE Cisco Systems

ESTIMATED AMOUNT - $10,000 to $75,000

REQUIRED CAPABILITIES

The Government requires a telecommunications system and associated components for the Power Independence MCS project. The intent of this Sources Sought is to assess the state-of-the art of the technology available in the telecommunications products that could be applied to this requirement.

The Government envisions a solution for the telecommunications system that meets the following operational and program requirements: See attached product information and specifications.

Non-Developmental Item. The telecommunications system and associated components should be non-developmental items to the maximum extent possible.

Qualification. The telecommunication system must be qualified and demonstrate compliance to the Cisco and APC, respectively, and all associated components (Reference Attached Specs), capable of supporting the new facility located at Buckley SFB, CO as described in the program background. Proof of qualification should be addressed in the response.

Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products.

SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.

ELIGIBILITY

The applicable NAICS code for this requirement is 237130, Power and Construction Line and Related Structures Construction with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1BG, Construction of Electronic and Communications Facilities.

The applicable NAICS Code for the telecommunications system is 334210, Telephone Apparatus Manufacturing with a Small Business Size Standard of 1,250 employees. The PSC is 5805, Telephone and Telegraph Equipment.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Brandon Landis, in either Microsoft Word or Portable Document Format (PDF), via email brandon.p.landis@usace.army.mil no later than 2:00 p.m. CDT on 09 April 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, website address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Posted: March 24, 2025, 2:35 p.m. EDT
Background
The US Army Corps of Engineers (USACE), Omaha District, is conducting market research to identify potential sources for providing Telecommunications Systems in the construction of the Power Independence Mission Control Station (MCS) at Buckley Space Force Base (SFB), Colorado.
This initiative supports the Space Force Program and aims to install new telecommunications systems to enhance operational capabilities at the facility.
The anticipated construction contract will be issued as unrestricted competition, with a project magnitude between $25,000,000 and $100,000,000.

Work Details
The contract involves the design and installation of a telecommunications system that includes:
- Uninterruptible Power Supply (UPS) systems from American Power Conversion Corp. (APC), specifically the Smart-UPS 2.2KVA Tower/Rack Mountable UPS, with an estimated cost of $5,000 to $50,000.
- Enterprise IT Network Components from Cisco Systems, with an estimated cost of $10,000 to $75,000.
The telecommunications system must be non-developmental items and comply with specifications for Cisco and APC equipment.
The contractor is expected to provide minimal maintenance requirements and ensure easy repairability for deployed units.
Additionally, proof of qualification for the telecommunications system must be demonstrated.

Place of Performance
The construction projects will be performed at Buckley Space Force Base (SFB), Colorado.

Overview

Response Deadline
April 9, 2025, 2:00 a.m. EDT Past Due
Posted
March 24, 2025, 2:35 p.m. EDT (updated: March 31, 2025, 10:11 a.m. EDT)
Set Aside
None
Place of Performance
Aurora, CO United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
19%
Vehicle Type
Blanket Purchase Agreement
On 3/24/25 USACE Omaha District issued Sources Sought W9128F25SM030 for Sources Sought Announcement - Construction of Power Independence Mission Control Station, Buckley Space Force Base, Colorado - Telecommunications System due 4/9/25. The opportunity was issued full & open with NAICS 237130 and PSC Y1BG.
Primary Contact
Name
Brandon Landis   Profile
Phone
None

Documents

Posted documents for Sources Sought W9128F25SM030

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9128F25SM030

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9128F25SM030

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9128F25SM030

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
April 25, 2025
Last Updated By
brandon.p.landis@usace.army.mil
Archive Date
April 24, 2025