Opportunity
SAM #140P8526Q0053
Fiber Optic Cable Replacement for National Park Service at John Muir National Historic Site
Buyer
NPS Power Safety/SEA MABO
Posted
April 15, 2026
Respond By
May 01, 2026
Identifier
140P8526Q0053
NAICS
237130, 238210
This opportunity involves the replacement of damaged fiber optic cabling at the John Muir National Historic Site for the National Park Service (NPS), Department of the Interior. - Government Buyer: - National Park Service (NPS), Department of the Interior - PWR SF/SEA MABO office, San Francisco, CA - Products/Services Requested: - Demolition and removal of existing fiber optic infrastructure - Installation of approximately 1,500 feet of six-strand OS2 indoor/outdoor OFCP-rated single-mode fiber optic cable - Installation of Telecommunications Main Ground Busbars (TMGB) - Rack-mounted fiber enclosures (1U, two-panel capacity) with 6-strand OS2 LC connector panels - Two OS2 LC-to-LC duplex fiber patch cords (1 meter each) - Fire-rated plywood backboard (¾", 2' × 2') - 2-inch EMT sleeves and compression connectors for cable routing - Conduit and pathway preparation, including rodding and roping of existing conduit - Bi-directional OTDR and dual-wavelength testing, labeling, and documentation - Unique/Notable Requirements: - All materials, labor, supervision, and equipment must be provided by the contractor - Use of existing conduit pathways between Maintenance Building IDF and Adobe Building IDF - All work must comply with industry standards for fiber optic installation and certification - No specific OEMs or part numbers are mandated - Set aside for Small Business concerns under NAICS code 237130 - No OEMs or specific manufacturers are named in the solicitation.
Description
PRE-SOLICITATION ANNOUNCEMENTJOHN MUIR NATIONAL HISTORIC SITEJOMU Fiber Optic Cable ReplacementRFP No. 140P8526Q0053The National Park Service (NPS), John Muir National Historic Site (JOMU) has a need for installation of a certified structured fiber optic cabling system connecting the JOMU Maintenance Building Intermediate Distribution Frame (IDF) to the JOMU Adobe Building IDF.The project consists primarily of demolition of existing fiber infrastructure and installation, termination, testing, and certification of a new single-mode fiber backbone between buildings utilizing existing conduit pathways.Perform additional OTDR Testing – From Visitor Center to Muir House. Provide labor to perform bi-directional OTDR testing of existing 6-strand single mode fiber cable between Visitor Center and the JOMU Muir House. Testing will verify continuity, attenuation levels, and overall strand usability.Work to be PerformedThe contractor shall provide all parts, materials, labor, supervision, management, transportation, and equipment necessary to perform the work.The contractor shall maintain an adequate workforce to complete the work associated with the contract in a timely manner, within the period of performance.3.1 Maintenance Building IDF WorkContractor shall:1. Install one (1) Telecommunications Main Ground Busbar (TMGB) on existing backboard.2. Bond busbar to building grounding electrode system using #6 AWG grounding conductor.3. Install one (1) rack-mounted fiber enclosure (1U, two-panel capacity) including:o One (1) 6-strand OS2 LC connector panel.4. Install one (1) 2-inch EMT sleeve from IDF cabinet to above adjacent ceiling space including:o Fire-seal penetrationo Strut supports, clamps, bushings, and firestops.5. Install one (1) 2-inch EMT compression connector to existing cabinet.3.2 Adobe Building IDF WorkContractor shall:1. Install one (1) fire-rated plywood backboard (¾", 2' × 2'), unpainted.2. Install one (1) TMGB ground busbar bonded to building grounding system using #6 AWG conductor.3. Install one (1) rack-mounted fiber enclosure (1U, two-panel capacity) including:o One (1) 6-strand OS2 LC connector panel.4. Install one (1) 2-inch EMT sleeve from backboard to ceiling space including fire-sealed penetrations and supports.5. Install one (1) 2-inch EMT compression connector to cabinet.3.3 Demolition WorkContractor shall:• Remove existing six-strand single-mode fiber cable between buildings.• Remove two (2) existing fiber splice enclosures located at:o Pull Box 7o Pull Box 9• Salvaged materials shall become property of the Contractor with no salvage value credited to the Owner.3.4 Conduit and Pathway PreparationContractor shall:1. Rod and rope approximately 1,350 linear feet of existing conduit between buildings.2. Seal designated 2-inch conduits at pull boxes 5 through 12 using approved fire-seal materials.3. Utilize existing usable conduit and underground duct systems.Conduit footage is based on visual inspection and may be adjusted upon verification of actual pathways.3.5 Fiber Optic Cabling InstallationContractor shall furnish and install:• One (1) six-strand OS2 indoor/outdoor OFCP-rated single-mode fiber optic cable between buildings (approximately 1,500 feet).• Provide 30-foot service loops at both ends.• Leave pull string installed end-to-end within conduit.At each termination point, Contractor shall:• Terminate all fiber strands using LC connectors.• Install connectors into fiber enclosure panels.• Bond cable to grounding busbar using #6 AWG conductor.• Provide machine-generated labeling for cables and enclosures.3.6 Testing and CertificationContractor shall:• Perform bi-directional dual-wavelength testing on all six (6) fiber strands using calibrated test equipment.• Verify continuity and performance per industry standards.• Provide electronic copies of all test results.3.7 Patch CordsContractor shall provide and install:• Two (2) OS2 LC-to-LC duplex fiber patch cords (1 meter each), one at each building IDF.This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 237130; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $25,000 to $100,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 4 MAY 2026, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 19 May 2026. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ.An organized site visit has been tentatively scheduled for 7 May 2026. Additional information on the site visit will be included in the solicitation.SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website.A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor’s own expense.NOTE: Information contained in this pre-solicitation announcement is subject to change.