Skip to content
Department of Defense

Village Power Communication Line Re-Routing

Solicitation: FA568226QA003
Notice ID: 151d0b79e9ef428d82df03a88e7397ce
TypeSources SoughtDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedApr 13, 2026, 12:00 AM UTCDueApr 17, 2026, 12:00 PM UTCCloses in 5 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: Campia Turzii, Cluj • 405100 Romania. Response deadline: Apr 17, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA568226QA003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$24,882,994,741
Sector total $24,882,994,741 • Share 100.0%
Live
Median
$387,050
P10–P90
$48,021$22,561,920
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+586%($18,554,802,509)
Deal sizing
$387,050 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Campia Turzii, Cluj • 405100 Romania
Contracting office
Apo, AE • 09604-6102 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Delvin Talton
Email
delvin.talton@us.af.mil
Phone
Not available
Name
Tara Higgins
Email
tara.higgins@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
U
Office
S • AIR FORCES IN EUROPE • FA5682 31 CONS (UNIT 6102)
Contracting Office Address
Apo, AE
09604-6102 USA

Description

Performance Work Statement: Village Power Communication Line Re‑Routing

1.0 Purpose and Background

The Village’s existing power and communication distribution network is currently routed above ground on a concrete pad using exposed cable trays. This configuration increases vulnerability to weather, physical damage, and operational disruptions. The purpose of this project is to relocate and reorganize the electrical and communication infrastructure into an underground conduit system to improve reliability, safety, and long‑term maintainability while enabling future expansion.

2.0 Scope of Work

The Contractor shall provide all labor, materials, equipment, and supervision required to install four, Ø110 mm underground PVC conduits for the Village’s power and communication lines, rerouting them from the existing concrete pad cable tray system into a new underground conduit network. Work includes:

  • Excavate a trench 14 meters in length with a finished depth of 80–90 cm and a minimum finished width of 45 cm, in full compliance with IEC 60364‑5‑52 and applicable Romanian underground cable installation standards.
  • Installing four, appropriately sized, Ø110 mm underground PVC conduits, for the Village’s power and communication lines conduits for electrical and communication lines.
  • Ensuring all conduits are left empty, capped at both ends, and not filled, sealed, or obstructed with foam or any other material.
  • All work must comply with NEC, IEEE, local utility standards, and site‑specific requirements.
  • Carry out compaction testing, depth verification, and documentation to demonstrate compliance.
  • Provide daily update emails on the progress of work detailing what had been accomplished that day

3.0 Requirements

    1. Excavation of Future Underground Conduit Locations

The contractor shall excavate a trench 14 meters in length with a finished depth of 90 cm and a minimum finished width of 75 cm, in full compliance with IEC 60364‑5‑52 and applicable Romanian underground cable installation standards.

3.1.1 Removal and disposal of previous conduit lines.

The contractor shall remove leftover conduit lines and dispose of any plastics or PVC from previous works.

3.2 Installation of Conduit lines

The contractor shall:

  • Provide a 10 cm 0/4mm clean masonry sand bedding layer at the bottom of the trench prior to conduit installation.
  • Use underground‑rated conduits, materials, and accessories suitable for permanent subsurface installation.
  • Install four (4) Ø110 mm PVC conduits along the full trench length in a 1×4 configuration, maintaining a minimum spacing of 5-7.5 cm between conduits horizontally and vertically, and ensure each conduit terminates 92 cm above finished ground level with a clean 90‑degree sweep, are properly capped, and remain free of obstructions. The use of foam, sealant, or any filler inside spare conduits is strictly prohibited.
  • Provide a draw-string in each conduit to facilitate future cable installation.
  • Maintain all required horizontal and vertical clearances from existing utilities. The Contractor is solely responsible for utility locating, verification, and avoidance.
    1. Trench Backfilling

The contractor shall:

  • After conduit placement, backfill with 21 cm of 0/4mm clean masonry sand to cover the exposed conduits. This will lead to a total sand layer of 31 cm due to the bedding layer and additional backfill.
  • Install warning tape 30cm above conduit crown.
  • After sand layer, the trench will be backfilled with 37mm of 0/32mm well-graded crushed aggregate.
    1. Concrete Capping

The contractor shall:

  • Restore the surface with a 22 cm concrete slab matching the adjacent concrete thickness, strength, finish and appearance.
  • The repaired section will be flush with surrounding surfaces with no visible differential in texture, color, or elevation.
    1. Additional Requirements

The contractor must:

  • Implement all necessary site protection, erosion control, and restoration measures throughout the work.
    • This includes wearing protective helmets, gloves, knee pads, and respiratory masks to protect from cuts, inhaling concrete dust, and any other potential bodily injury
  • Maintain daily progress logs and submit daily work reports in PDF format to the Contracting Officer and the Project Manager.
  • Clean any the surriounding area of leftover materials, dust, and debris.
  • Fill hole located by the designated red circle on figure 2. This should be done manually with shovels and at the end of the project to ensure there is no damage done to the concrete foundation and the structures surrounding it.
  • Execute work from 9AM to 5PM.
  • Not pour concrete when storms are suspected during the curing time of the concrete.

4.0 Deliverables

The Contractor shall deliver:

• Underground routing plan and construction drawings.

• Material submittals and technical data sheets.

• As‑built drawings showing conduit paths, depths, and cable identification.

5.0 Period of Performance

The period of performance is 14 working days from Notice to Proceed (NTP). A detailed schedule with milestones shall be submitted within 10 days upon award.

6.0 Place of Performance

All work will occur within the Village boundaries at the existing concrete pad cable tray locations and along the approved underground routing corridors.

7.0 USG & RoAF Assistance

The U.S. Government and Romanian Air Force may provide:

• Access to controlled areas and work zones.

• Coordination with local authorities and utility providers.

• Review and approval of submittals and design documents.

• Oversight and quality assurance inspections.

• No tools, materials, or labor will be provided by RoAF or USAF unless specifically stated.

8.0 Contractor‑Furnished Equipment/Information

The Contractor shall provide:

• All tools, equipment, vehicles, and machinery required for trenching and conduit installation.

• All conduits.

• PPE for all personnel.

• Surveying and testing equipment.

• Waste disposal and site restoration materials.

9.0 Acceptance Criteria

Work will be accepted when:

• All installations meet NEC, IEEE, and project specifications.

• Conduits are verified to contain draw strings and to be capped and unobstructed.

• As‑built documentation is complete and accurate.

• The site is restored to its original or improved condition.

• All deficiencies identified during inspections are corrected.

• A final inspection must be completed and documented prior to project closeout.

10.0 Security Requirements

The Contractor shall:

• Comply with all USG and RoAF security protocols. Base access requests must be submitted at least 7 days in advance.

• Ensure personnel have proper identification and authorization.

• Protect sensitive infrastructure information.

• Follow controlled‑area procedures where applicable.

11.0 Safety

The Contractor shall implement a comprehensive safety plan that includes:

• OSHA‑compliant work practices.

• Daily safety briefings and hazard assessments.

• Proper trenching and shoring.

• Immediate reporting of accidents or near‑miss incidents.

12.0 Warranty

The Contractor shall provide a minimum 12‑month warranty on all workmanship and installed materials, starting from the date of final acceptance. All defects identified during the warranty period shall be corrected at no additional cost.

13.0 Appendix

The Appendix may include:

• Site maps and routing diagrams

• Material specifications

• Safety plan

• Environmental protection plan

• Quality control plan

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.