PROVIDE, INSTALL, AND MAINTAIN A LEASE 2.5GB WAVE SERVICE USING IQO BETWEEN BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND AND BLDG 1000, ROOM 222, 900 SAC BLVD, OFFUTT AFB, NE.
ID: HC101325QA187Type: 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 seeking contractors to provide, install, and maintain a 2.5GB wave service between two military locations: Building 110, Room 201 in Fargo, ND, and Building 1000, Room 222 at Offutt Air Force Base, NE. The procurement requires adherence to specific technical specifications, including a data rate of 2.5 GBPS, a minimum uptime of 99.5%, and a one-hour response time for repairs, ensuring reliable telecommunications infrastructure for military operations. This initiative is critical for enhancing connectivity and supporting broader government objectives in telecommunications. Interested vendors must submit their quotes by March 27, 2025, and can direct inquiries to Kendal Richter or Kevin Knowles via email for further information.

    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for digital transmission infrastructure, specifically focusing on the provision of Dense Wavelength Division Multiplexing (DWDM) services at Scott Air Force Base (AFB) in Illinois and Offutt AFB in Nebraska. It lists detailed locations, with specific buildings and addresses indicating the service delivery points, such as Building 1575 at Scott AFB and related vendor locations in Belleville, St. Louis, Collinsville, Springfield, St. Joseph, and Bellevue. Key technical specifications include estimated fiber miles between the facilities (522 miles to Offutt AFB and 36 miles to DECC St. Louis) and required round-trip delay (RTD) metrics. Vendors must confirm their connectivity status and provide precise distances if not directly on-net. This document emphasizes the need for adherence to established technical parameters and the necessity of accurate communications concerning service initiation. The fictitious addresses illustrate procedural formats without revealing actual service points. Overall, it serves as a structured guide for companies interested in bidding for these essential communication services for the government.
    The government document outlines fictitious fiber optic routes intended to serve as examples within the context of federal and state Request for Proposals (RFPs) and grant opportunities. Although specific details regarding the actual content were not provided, the mention of fiber routes suggests a focus on expanding broadband or telecommunications infrastructure. This initiative likely aims to improve connectivity in various regions, promoting access to high-speed internet services. The document may also include guidelines for potential applicants on how to navigate RFPs and grant applications related to infrastructure development. Overall, it emphasizes the importance of enhancing technological infrastructure to support broader government objectives in connectivity and community development.
    The document outlines specific requirements for a government request for proposal (RFP) regarding the installation and maintenance of a 2.5GB single-mode fiber optic circuit. Key parameters include a required data rate of 2.5 GBPS, compatibility with ANSI standards, and a minimum uptime of 99.5%. The vendor must ensure a one-hour response time for repairs and conduct a thorough 72-hour end-to-end functionality test, documenting and reporting results to the government authority. Additionally, the vendor must maintain a 24/7 operational center and provide a direct communication channel for troubleshooting. Performance specifications mandate stringent limits on error rates, jitter, and delay to ensure reliable service. The government point of contact for oversight and acceptance of the service is established, with requirements for coordination prior to site access and complete documentation of installation and circuit numbers. Overall, the RFP emphasizes the importance of reliability, performance standards, and accountability from the vendor, reaffirming the government’s commitment to robust telecommunications infrastructure.
    The government file outlines a Request for Proposal (RFP) for telecommunications services, specifically a Reaward for a 2.5GB Wave service installation and maintenance between two military locations in North Dakota and Nebraska. Contractors are required to submit detailed quotes that comply with technical requirements articulated in the document. Quotes must meet a specified service date of June 25, 2025, and demonstrate the ability to adhere to strict separation and diversity requirements from another related inquiry. Pre-award site surveys, although at the contractor's expense, are highly encouraged to ensure accurate pricing strategies. Contractors are also instructed to address potential installation challenges and provide documentation evidencing compliance with specified telecommunications protocols. The file emphasizes adherence to detailed provisions pertaining to telecommunications equipment and services, with strict regulations regarding the acquisition of covered defense telecommunications equipment or services from specific foreign entities. The due date for quotes is set for March 27, 2025. Overall, the document serves as a formal invitation for contractors to participate in a well-defined procurement process, ensuring compliance with federal regulations and quality assurance in service delivery.
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTAIN A LEASE 2.5GB WAVE SERVICE USING IQO BETWEEN BLDG 542, ROOM 1, 1400 32ND AVENUE NORTH, FARGO, ND AND BLDG 1575, ROOM C-1, 103 WEST LOSEY STREET, SCOTT AFB, IL.Y
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 2.5GB wave service between Fargo, ND, and Scott AFB, IL. The procurement requires adherence to stringent technical specifications, including a minimum operational availability of 99.5%, a one-hour response time for repairs, and compliance with federal telecommunications standards. This service is critical for enhancing communication infrastructure across military and governmental locations, ensuring secure and effective operations. Interested vendors must submit detailed price quotes by March 27, 2025, and can contact Kendal Richter or Kevin Knowles for further information.
    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.
    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.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE, BTN: A. (BLDG) MISSION POINT; (RM) 340; (FL) 3; 2601 MISSION POINT BLD; DAYTON, OH, 45431/CCI, AND B. (BLDG) 20676; (RM) 201, 2ND FLR; 2435 5TH STREET, WRIGHT PATTERSON AFB, OH 45433-50611/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet service at two locations in Dayton, Ohio. Contractors must comply with extensive testing and acceptance criteria, ensuring adherence to federal telecommunications standards and specific performance metrics. This telecommunications service is crucial for supporting government operations, emphasizing the need for timely and reliable service delivery. Interested contractors should note that the quote submission deadline is March 26, 2025, with a service activation date set for July 24, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.mil.
    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.
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED (10GB) WAVE DISA IE1 BACKBONE TRUNK BTWN: CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG 308, ROOM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected transparent leased 10GB wave trunk service between specific locations in Thurmont, MD, and Mechanicsburg, PA. Contractors are required to comply with stringent technical specifications, including total physical separation from related circuits, adherence to testing and acceptance protocols, and the provision of technical drawings for government records, with a service delivery deadline set for July 16, 2025. This procurement is critical for ensuring reliable telecommunications infrastructure that supports operational efficiency across military facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details and clarification on proposal submissions.
    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, & 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.
    Buyer not available
    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.
    PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, ROOM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. The procurement aims to enhance secure telecommunications capabilities, requiring compliance with specific technical standards, including operational uptime of 99.5% or better and a one-hour response time for repairs. This opportunity is critical for ensuring reliable communication infrastructure for government operations. Interested contractors must submit their detailed quotes by March 27, 2025, and can direct inquiries to Kendal Richter at Kendal.k.richter.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.