PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & COLORADO AVE, JOINT BASE LEWIS/MCCHORD, WA 98433-9500.
ID: HC101324QA294Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)TELECOMMUNICATIONS DIVISION- HC1013SCOTT AFB, IL, 62225-5406, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis/McChord in Tacoma, WA. Contractors are required to meet specific technical requirements, including configuring Ethernet frame sizes for jumbo frames, ensuring a round-trip delay of no more than 10 milliseconds, and providing detailed quotes that include Local Exchange Carrier (LEC) information and compliance with testing protocols. This procurement is critical for enhancing telecommunications capabilities within military operations, ensuring reliable and efficient service delivery. Interested contractors must submit their detailed proposals by December 9, 2024, and can direct inquiries to John Beckman or Dale Rupright via email for further clarification.

    Files
    Title
    Posted
    The document is an Inquiry from DITCO regarding the amendment of solicitation HC101324QA294 for providing, installing, and maintaining a 1GB Ethernet connection between specific government buildings in Washington State. The main purpose is to extend service and quote due dates, with the new service date set for July 16, 2025, and the quote submission deadline on March 14, 2025. Contractors are tasked with meeting technical specifications, including a maximum transmission unit setting, round-trip delay requirements, and compliance with testing and acceptance criteria. Additionally, contractors must provide detailed information on their service plans, including any potential construction needs and permissions required. Furthermore, the document emphasizes that the solutions must be diverse from others, ensuring distinct paths for redundancy. Pre-award site surveys are suggested for accurate bid assessments, and submission requirements stress thoroughness and clarity in addressing the inquiry's technical specifications. Non-compliance with these requirements may lead to exclusion from evaluation and awards. The tone reflects formal government procurement processes, underscoring the importance of adherence to guidelines and collaboration between contractors and government entities.
    The document outlines an administrative amendment related to the solicitation HC101324QA294-0001, involving a request for contractors to provide, install, and maintain a 1GB Ethernet connection between specific military buildings in Washington state. The main changes include the service date, now set for April 25, 2025, and the deadline for quote submissions, now December 9, 2024, at 4:00 PM CST. Contractors must ensure their proposals detail compliance with extensive technical requirements, including maximum transmission capabilities and path diversity to ensure reliable service delivery. A specific condition is the need for separate, diverse physical paths for the service compared to another solicitation, emphasizing the importance of redundancy. Contractors are responsible for conducting necessary site surveys and addressing any compliance issues, with all submissions required to be detailed beyond mere restatements of the requirements. Failure to adhere to specified service dates or technical requirements will lead to non-compliance. The document concludes with contact information for key personnel involved in the solicitation process.
    This document outlines an amendment to a government solicitation (HC101324QA294-0002) for contractors to provide, install, and maintain a 1GB Ethernet service between specified locations in Washington State. It announces changes to submission dates and technical requirements, emphasizing the importance of low latency and specific framing configurations. Contractors must address all technical demands, provide a comprehensive price quote, and ensure compliance with service deadlines. The solicitation highlights the need for submissions to demonstrate unique and diversified solutions, as well as requirement adherence without imposing conditions on the government. Evaluations will prioritize the lowest priced, technically acceptable responses, allowing for potential negotiations post-selection. Contractors are also encouraged to conduct pre-award site surveys to assess project scope effectively. This inquiry emphasizes rigorous adherence to technical requirements and deadlines, reflecting the government’s commitment to ensuring competitive procurement processes, efficient service delivery, and compliance with standards during contract evaluations and awards.
    The document outlines a federal request for proposals (RFP) related to the provision, installation, and maintenance of a 1GB Ethernet connection between specified locations in Washington State. This inquiry emphasizes a deadline extension for service and quote submissions, with newly established dates set for May 12, 2025, and January 10, 2025, respectively. Key requirements include the configuration of Ethernet frame size, a maximum transmission unit of 9000 bytes, and a return trip delay of 10 milliseconds over specified distances. Contractors are tasked with ensuring their quotes detail all technical obligations and compliance with specific testing and acceptance requirements. They must provide information on local exchange carriers, whether existing infrastructure is on-net, and if new construction is necessary. The project mandates complete physical separation of service paths from previous installations to enhance network diversity. A critical evaluation of the submissions will focus primarily on pricing, with contracts potentially awarded as pairs to ensure compliance and service efficiency. Pre-award site surveys are encouraged to facilitate accurate pricing and planning. The document concludes with contact information for inquiries, emphasizing the importance of understanding all requirements before quote submissions.
    The document outlines a federal inquiry to solicit quotes from contractors for the provision, installation, and maintenance of a 1GB Ethernet service linking two locations: South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis/McChord in Tacoma, WA. Key requirements include configuring Ethernet frame sizes for jumbo frames, ensuring a Round Trip Delay (RTD) of 10 milliseconds, and meeting a service date of February 17, 2025. Contractors must provide detailed quotes that include the Local Exchange Carrier (LEC) information, any necessary building scopes, and compliance with testing and acceptance protocols. Pre-award site surveys are encouraged to accurately assess project scope. The selection process prioritizes the lowest priced, technically acceptable solutions that maintain physical separation from previous services. All responses must adhere to the standard provisions regarding defense telecommunications regulations and compliance measures. Quotes must be submitted by October 21, 2024, and include extensive detail to avoid disqualification. Overall, the document serves as a formal request for proposals (RFP), ensuring that contractors comprehensively understand the technical requirements and timeline expectations for government telecommunications services.
    This document outlines the specifications for fiber optic network services related to Scott Air Force Base (Scott AFB) and its associated connections, primarily focusing on Dark Wave Division Multiplexing (DWDM) routes to various locations. Key locations mentioned include DECC St. Louis and Offutt AFB, with estimated fiber distances and round-trip times (RTD) noted for each route. The document specifies vendor requirements, emphasizing the necessity for vendors to affirm their on-net capability at designated demarcation locations and to disclose precise distances to servicing wire centers if they are not. The comprehensive network connections cover over 522 miles of fiber between Scott AFB and Offutt AFB. Detailed instructions on maintaining the integrity of technical specifications are also provided, asserting that any alterations must gain government approval. The fictitious addresses serve only as examples, maintaining a focus on the overarching aim of establishing reliable and compliant fiber optic communication services. Overall, the document presents a structured overview of the requirements for vendors bidding on this federal program, emphasizing compliance and technical precision.
    Similar Opportunities
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit (MTU) of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This procurement is critical for enhancing telecommunications capabilities within the military infrastructure, ensuring reliable and efficient communication services. Interested contractors must submit their quotes by October 21, 2024, and are encouraged to engage in pre-award site surveys to ensure compliance with all technical specifications and requirements. For further inquiries, contractors can contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 TRUNK BETWEEN THE DISA IE1 ODXC SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 6071, SWITCH RM, N 16TH AND COLORADO AVE, JBLM, WA.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two critical locations in Washington state: Whidbey Island Naval Air Station and Joint Base Lewis-McChord. The procurement requires contractors to ensure complete physical diversity from existing services, adhere to strict telecommunications standards, and deliver comprehensive technical documentation, including connectivity diagrams and performance metrics, to support mission-critical communications infrastructure. This initiative underscores the importance of reliability and security in government telecommunications, with a service deadline set for June 5, 2025. Interested parties should direct inquiries to Maxwell Jones or Dale Rupright via email for further details.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 BACKBONE TRUNK BETWEEN THE DISA IE1 SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 891, RM 145, 7879 WARDLEIGH RD, HILL AFB, UT.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two military sites located at NAS Whidbey Island, WA, and Hill Air Force Base, UT. The project requires the establishment of a diverse fiber optic network with strict specifications, including a minimum separation of 50 meters from existing government service delivery points, and the use of single-mode fiber capable of supporting 10 Gbps transmission rates. This telecommunications infrastructure is critical for ensuring reliable and secure communications for government operations, with a service availability requirement of at least 99.5% and compliance with rigorous testing protocols. Interested vendors must submit their comprehensive price quotes by March 7, 2025, and ensure they meet the eligibility criteria, including a DITCO Basic Agreement, with the project completion deadline set for June 5, 2025. For further inquiries, potential bidders can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, 1 BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between the Naval Hospital Bremerton and a basement facility in Bremerton, Washington. Contractors are required to meet specific technical requirements, including compliance with service dates, equipment specifications, and a minimum physical separation of 50 meters for fiber installations. This procurement is crucial for enhancing telecommunications capabilities within the military healthcare infrastructure. Interested contractors should submit detailed proposals that clearly outline pricing structures and technical compliance, with submissions due by the specified deadline. For further inquiries, contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between two specific locations in Bremerton, Washington. Contractors are required to meet detailed technical specifications, including the submission of comprehensive quotes that address service delivery by May 2, 2025, and must ensure physical diversity from existing pathways, along with providing detailed PowerPoint drawings of the proposed routes. This procurement is critical for enhancing communication services within the government framework, adhering to stringent federal regulations and security measures. Interested contractors must submit their proposals by March 6, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further clarifications regarding the solicitation.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    Amend HC101324QA256-0001: SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE BETWEEN SAN DIEGO, CA 92101 AND PALMDALE, CA, 93550
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet service between San Diego, CA, and Palmdale, CA. The procurement aims to secure reliable telecommunications services critical for government operations, with a service life modified to 60 months and a new service start date set for April 18, 2025. Interested contractors must submit their proposals by January 2, 2025, adhering to specific technical requirements and compliance standards, with the evaluation process focusing on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contractors can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN A 50MB ETHERNET SERVICE BETWEEN: A. (RM) 1D30B, (FL) 1, BLUE RIDGE SUMMIT ONE, BLUE RIDGE SUMMIT, PA 17214/CCI, AND B. (RM) N/A; MOUNTAINSIDE TELEPORT, HAGERSTOWN, MD 21740/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 50MB Ethernet service connecting Blue Ridge Summit One in Pennsylvania to Mountainside Teleport in Maryland. Contractors must comply with specific technical requirements and federal regulations, detailing their installation plans and addressing potential service delivery delays, with a firm completion deadline set for July 10, 2025. This procurement is crucial for enhancing secure telecommunications infrastructure and supports small business participation in federal contracting. Interested contractors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED SERVICE ON THE IQO BULLETIN BOARD,BETWEEN:(BLDG) 200; (RM) LAN; (FL) 5TH; 200 12TH STREET SOUTH;ARLINGTON, VA 22202/CCI B. (BLDG) 201; (RM) LAN; 6TH FL; 201 12TH STREET SOUTH;ARLINGTON, VA, 22202/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 1GB dedicated telecommunications service between specified buildings in Arlington, VA. The procurement requires compliance with federal regulations and technical requirements, including adherence to testing and acceptance protocols, with a service start date set for June 18, 2025. This service is critical for ensuring secure and reliable communications within the agency, emphasizing the importance of national security in telecommunications. Interested contractors must submit their quotes, which should include detailed technical performance metrics and firm-fixed pricing, by March 18, 2025, at 4:00 PM CT. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via email at benjamin.r.sparlin.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 25MB ETHERNET SERVICE BETWEEN BLDG 313; RM 115; VOLK FIELD NETWORK CONTROL CENTER; 313 BADGER AVE; CAMP DOUGLAS, WI, 54618 AND BLDG TOWER SHELTER; RM N/A; 46’07’18.9”N 89’42’46.9”W; BOULDER JUNCT
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a dedicated 25MB Ethernet service between the Volk Field Network Control Center and the Tower Shelter in Wisconsin. The procurement aims to ensure reliable telecommunications services, which are critical for operational efficiency and communication within defense operations. Interested contractors must submit detailed proposals that include pricing and technical compliance by the extended deadline of December 16, 2024, with the service expected to commence by May 23, 2025. For further inquiries, contractors can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.