wireless internet services
ID: W911SG-25-R-A012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - MOBILE DEVICE AS A SERVICE (DE11)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Bliss, is seeking proposals for a non-personal services contract to provide wireless internet services for Japanese Forces training at Fort Bliss, Texas, and McGregor Range, New Mexico. The contractor will be responsible for delivering Wi-Fi and Ethernet connections, ensuring a dedicated internet connection with minimum speeds of 150 Mbps download and 50 Mbps upload, supporting at least 150 concurrent users, and maintaining service availability 24/7. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base year with three option years, with proposals due by October 15, 2025, at 11:00 A.M. MST. Interested contractors must register in the System for Award Management (SAM) and adhere to specific proposal formatting and content requirements, including pricing for all Contract Line Items (CLINs). For further inquiries, contact Miriam Lerma at miriam.lerma.civ@army.mil or Melissa Garcia at melissa.e.garciaronquillo.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This combined synopsis/solicitation, W911SG-25-R-A012, issued by the Department of the Army, Mission and Installation Contracting Command (MICC) Fort Bliss, is a Request for Proposal (RFP) for non-personal wireless internet services. The contract is a Firm-Fixed Price (FFP) for a base year and three option years, with a potential six-month extension. Services include providing Wi-Fi and Ethernet connections at various facilities in Fort Bliss, Texas, and McGregor Range, NM, primarily for Japanese Forces training. This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with NAICS code 517112 (Wireless Telecommunications Carriers) and a small business size standard of 1500 employees. Proposals are due by October 15, 2025, 11:00 A.M. MST, via email. A site visit is scheduled for July 1, 2025, and questions must be submitted by July 7, 2025, 11:00 A.M. MST. Contractors must be registered in the System for Award Management (SAM) to be eligible for award, and proposals must adhere to specific formatting and content requirements, including pricing for all Contract Line Items (CLINs).
    The document outlines a request for proposal (RFP) for Women-Owned Small Business (WOSB) contractors to provide internet Wi-Fi services at various facilities within Fort Bliss and McGregor Range, Texas, for Japanese forces training. The contract encompasses the establishment of internet connectivity across several buildings, requiring both wireless and Ethernet drop connections, with services set to commence in September 2025 and extending through August 2026. Specific line items detail the scope for multiple facilities, highlighting requirements like complete coverage for office spaces and installation of ethernet connections. Additionally, the RFP includes clauses pertinent to federal acquisitions, compliance with the Federal Acquisition Regulation (FAR), and various contract provisions aimed at ensuring equitable treatment of small businesses. Key considerations involve maintaining service standards and adhering to performance guidelines outlined in the Performance Work Statement (PWS). The document emphasizes the government’s commitment to promoting small business participation and equal opportunity in federal contracts, reflecting broader initiatives to empower WOSB and economically disadvantaged platforms. Compliance with numerous standards underscores the regulatory framework surrounding government contracts and small business integration.
    The document outlines a Request for Proposal (RFP) from the Department of the Army, specifically the Mission and Installation Contracting Command, for wireless internet services at Fort Bliss, Texas, and McGregor Range, New Mexico. The contract is a non-personal services agreement with provisions for firm-fixed pricing over a base year and three option years. There is a specific emphasis on participation from 100% Service Disabled Veteran Owned Small Businesses (SDVOSB), aligning with federal priorities. The proposals must meet submission requirements detailed in the solicitation, including compliance with relevant FAR and DFARS clauses, and prospective contractors need to be registered in the System for Award Management (SAM) to be eligible for award consideration. Critical dates include proposal submission by 5 August 2025 and a scheduled site visit on 1 July 2025, where interested contractors will have the opportunity to assess the service locations. The scope of work entails providing wireless internet services across various facilities, with a detailed breakdown of service areas and an evaluation of pricing that should not include potential extension costs. Overall, this RFP highlights the U.S. government's commitment to fostering small business participation, particularly for veterans, within federal procurement processes.
    The document outlines a Request for Proposal (RFP) by the Department of the Army, specifically the Mission and Installation Contracting Command (MICC) at Fort Bliss, Texas, for wireless internet services at various military facilities. The contract is a non-personal services agreement, emphasizing that the government will not supervise the contractors, who must be Service Disabled Veteran Owned Small Businesses (SDVOSB). The contract type is firm-fixed price, with a base performance period from September 1, 2025, to August 31, 2026, and options for three subsequent years. Proposals are due by July 15, 2025, with a site visit scheduled for June 26, 2025. Interested contractors must comply with registration requirements in the System for Award Management (SAM) and adhere to specific submission formats. The document includes detailed instructions for proposal submission, performance work statement, and provisions for service requirements. This RFP highlights the government's initiative to engage veteran-owned businesses in providing essential services to support military operations.
    The document details a Request for Proposal (RFP) issued by the Department of the Army for wireless internet services at Fort Bliss, Texas, and McGregor Range, NM. The contract is a non-personal service agreement, emphasizing that the government will not supervise the providers, who will report solely to the contractor. This opportunity is exclusively set aside for 100% Service Disabled Veteran Owned Small Businesses (SDVOSB), complying with the North American Industry Classification System (NAICS) code 517112. The contract is structured as a firm-fixed-price, covering a base year and three option years, starting from December 10, 2025, to December 9, 2029. Potential bidders must submit proposals by the specified deadline via email, fulfilling requirements such as being registered in the System for Award Management (SAM). Additionally, a site visit is scheduled for July 1, 2025, to assess the locations for service. The RFP includes detailed requirements for providing internet services across multiple facilities and stipulates the necessity of eight Ethernet connections. The government will assess proposals based on the pricing for the service terms, with strict adherence to the outlined terms and conditions necessary for compliance and performance standards.
    The document details the layout and facilities of a Japanese WIFI Test Point location across multiple floors, likely for a government or military installation. It outlines the number of living space (L/S) rooms and total beds on the 1st, 2nd, and 3rd floors, along with various common areas and support rooms. Facilities include dining areas, day rooms, laundry rooms, bathrooms, storage, and offices for different units such as JGSDF, JASDF, and UT&C. The document provides a legend for each floor, identifying specific room types and amenities like support offices, conference rooms, gym areas, and arms rooms. It also specifies the bed capacity for each floor, indicating that some rooms are designed for multiple occupants. The detailed floor plans and room descriptions suggest this document is a comprehensive inventory of the building's capacity and infrastructure, crucial for planning and management within a government or military context, possibly for a Request for Proposal (RFP) related to facility upgrades or operations.
    The document outlines detailed specifications for the placement of Wi-Fi test points within a multi-story building utilized by the Japan Self-Defense Forces (JSDF). It includes a comprehensive list of rooms on each floor, characterizing their purposes such as living spaces, duty officer rooms, dining areas, and facilities like laundry and storage. The first floor has 9 living space rooms accommodating 23 beds, while the second and third floors consist of 20 and 20 living space rooms respectively, with a total of 51 beds. Each section includes room legends indicating various facilities such as bathrooms, cleaning closets, and common areas. The layout of the building is meticulously detailed, highlighting the distribution of resources across different floors. The document's primary purpose is likely to facilitate the installation and testing of Wi-Fi infrastructure, ensuring that all critical areas are adequately covered to support communication needs within the facility. This aligns with the broader context of government RFPs, showcasing the importance of infrastructure adequacy in military settings, where effective communication is paramount for operational efficiency.
    This Performance Work Statement outlines the requirements for a non-personal services contract to provide wireless internet and Wi-Fi services for Japanese Forces training at Fort Bliss, Texas, and McGregor Range, New Mexico. The contract includes a base year and three option years, with services required 24/7. The contractor must provide a dedicated internet connection with minimum speeds of 150 Mbps download and 50 Mbps upload, supporting at least 150 concurrent users. Key responsibilities include ensuring service availability in specified facilities, re-establishing connections within 24 hours of failure, and adhering to strict quality control, safety, security, and personnel requirements. The government will provide access to facilities, electrical connections, and space for equipment, while the contractor is responsible for all other necessary items and services.
    The document outlines a Performance Work Statement (PWS) for a contract to provide non-personal wireless internet services to the Japanese Forces at Fort Bliss and McGregor Range. The contractor must deliver comprehensive services, including personnel, equipment, and oversight, while following rigorous performance standards. Key objectives include ensuring a dedicated internet connection with a minimum of 150 Mbps download and 50 Mbps upload speeds and supporting at least 150 concurrent users across specified facilities. The contract stipulates a period of performance lasting one base year, with three optional extensions, and mandates 24/7 service availability, including emergency support. The contractor is also responsible for quality control, compliance with applicable laws, and proper training of personnel in antiterrorism and safety protocols. Additionally, there are specific requirements for government-furnished property and facilities, with necessary permits for certain work operations like hot work and digging. The document emphasizes the contractor's obligations for property control, reporting service metrics, and maintaining a professional workforce. Overall, this PWS serves to ensure that high-quality internet services meet the operational needs of the Japanese Forces while complying with government standards and regulations.
    The Performance Work Statement (PWS) outlines the requirements for providing wireless internet services to the Japanese Forces at Fort Bliss and McGregor Range. The contract mandates that the contractor supplies all personnel, equipment, and resources necessary for delivering internet services, especially in remote areas lacking hardwired connections. Key deliverables include a sustained internet speed of 150 Mbps download and 50 Mbps upload, supporting at least 150 concurrent users. The contract duration is one base year with three optional years, operating 24/7, with a prompt response to outages required. Quality control is crucial; the contractor must maintain a Quality Control Plan and undergo government evaluations to ensure performance meets specified standards. Additionally, the contractor is responsible for adhering to safety, security, and regulatory frameworks, including antiterrorism training for employees. Overall, this PWS emphasizes the need for reliable internet connectivity within military training environments, detailing comprehensive responsibilities for the contractor in terms of service delivery, quality assurance, and compliance with governmental regulations.
    The U.S. Army Mission and Installation Contracting Command (MICC) has issued a Request for Information (RFI) for Japanese Internet Wi-Fi services, contract W911SG-25-R-A012. The RFI addresses various clarifications regarding the proposal, including specific room numbers for Ethernet drops at FAC 1009 and McGregor Range tactical sites, which will be verified upon contract commencement. The government will not provide existing infrastructure or specific SSID/authentication requirements, expecting the contractor to furnish all equipment and propose a standard configuration. While floor plans are provided for some locations, the contractor is advised to use existing telecom areas for installation. All Access Points (APs) will be indoors, eliminating the need for ruggedized equipment. The current contractor holds design information for McGregor Range, which cannot be shared. There are no specific requirements for network monitoring, IP addressing, DHCP, VLANs, or cybersecurity compliance. The government requires a minimum sustained speed of 150 Mbps download and 50 Mbps upload throughout the year, with a flat rate pricing model that is not concerned with data usage. The contracting date has been extended to August 5, 2025.
    The U.S. Army's 919th Contracting Battalion issued a Request for Information (RFI) regarding a contract for Japanese Internet Wi-Fi services (W911SG-25-R-A012). Key inquiries focus on specifics such as Ethernet drop locations at FAC 1009 and McGregor Range, access point density requirements, and existing infrastructure. Responses indicate that all equipment must be contractor-furnished and that the government does not impose specific signal strength or cybersecurity requirements. The contractor must also propose standard SSID configurations. Importantly, performance acceptance criteria require a minimum download speed of 150 Mbps and upload speed of 50 Mbps, but no distinct formats for reporting service level agreements or performance metrics are mandated. Additionally, the government clarified its expectations regarding data usage, favoring a flat rate that guarantees required speeds rather than usage-based pricing. Overall, the document outlines the government's needs while providing critical details to assist contractors in preparing their proposals.
    This government wage determination (No. 2015-5455, Revision No. 28, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract employees in Chaves, Eddy, Lincoln, and Otero counties, New Mexico. It specifies two Executive Orders for minimum wage: EO 14026 ($17.75/hour for contracts post-January 30, 2022) and EO 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed). The document lists various occupations with their corresponding hourly rates, noting that some may be subject to the higher Executive Order minimums. It also details fringe benefits, including health and welfare (with separate rates for EO 13706-covered contracts), vacation, and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances are included. A conformance process is detailed for unlisted job classifications.
    This document, Wage Determination No. 2015-5229, outlines the minimum wage rates and fringe benefits for service contract employees in El Paso and Hudspeth Counties, Texas, under the Service Contract Act. It details different minimum wage requirements based on contract award dates, referencing Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The document lists numerous occupational classifications across various fields, each with a specified hourly wage. It also covers health and welfare benefits, including paid sick leave under Executive Order 13706, vacation, and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances are included. A conformance process is detailed for unlisted job classifications, ensuring fair compensation. This wage determination is crucial for contractors to ensure compliance with federal labor laws when bidding on or performing government contracts in the specified region.
    The document outlines Wage Determination No. 2015-5229 under the Service Contract Act, detailing the minimum wage rates and fringe benefits for various occupations in Texas, specifically in El Paso and Hudspeth counties. It emphasizes compliance with Executive Orders 14026 and 13658, mandating minimum wages of at least $17.75 or $13.30 per hour, respectively, for covered contracts based on the award date. The document provides an extensive list of occupations with corresponding wage rates, highlighting positions in administrative support, automotive services, health occupations, and technical fields. It delineates requirements for health and welfare benefits, vacation, holidays, and specifics related to paid sick leave under Executive Order 13706. Notably, claims for additional classifications not listed must follow a conformance process to ensure appropriate wage rates. The summary encapsulates the essential objectives of federal contracts regarding wage compliance and employee rights under specified labor regulations, reflecting the government's commitment to fair labor standards in its contracting processes.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage rates and fringe benefits for various occupations in New Mexico. Effective from 2025, contractors must pay at least $17.75 per hour for contracts entered or renewed after January 30, 2022, and at least $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document details wage rates for multiple job classifications, including clerical, administrative, automotive, health, and technical occupations. Specific fringe benefits are also mandated, such as a health and welfare benefit of at least $5.36 per hour and paid vacation time based on length of service. Additionally, it outlines paid sick leave requirements, compliance procedures for unlisted jobs, and conditions under which wage rates and job classifications can be conformed. This wage determination plays a critical role in ensuring fair compensation for workers on federally funded projects, supporting adherence to labor standards in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CDJ-BANDWIDTH-VPN FOR OPENNET JAN-DEC 2026
    Buyer not available
    The U.S. Department of State, through the American Consulate in Ciudad Juarez, Mexico, is seeking quotes for a 200 Mbps dedicated internet connection as part of a combined synopsis/solicitation. The procurement requires a high-end, professional-grade service that includes 24/7 technical support, a three-hour response time for help desk requests, and a four-hour on-site support capability, with specific technical requirements such as a terrestrial fiber optic connection and a gigabit LC multimode fiber connection. This service is crucial for maintaining reliable communication and operational efficiency at the consulate, ensuring 99.9% availability and compliance with various quality standards. Interested vendors must submit their quotes by December 18, 2025, at 12:00 PM MST, to cdjprocurement@state.gov, and must adhere to the specified requirements outlined in the solicitation and attached Scope of Work.
    MIFI Service for USAHRC & SFLTAP
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking services related to the MIFI (Mobile Internet for Families Initiative) for the U.S. Army Human Resources Command (USAHRC) and the Soldier for Life Transition Assistance Program (SFLTAP). The procurement aims to provide IT and telecom network services, as detailed in the attached Justification for Exception to Fair Opportunity (JEFO). These services are crucial for enhancing connectivity and support for transitioning soldiers and their families. Interested vendors can reach out to Tonia Jackson at tonia.k.jackson.civ@army.mil or JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil for further information regarding this opportunity.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for Cable TV and Wired and Wireless Internet Service on Fort Drum, NY. This service is typically used to provide communication and entertainment options to military personnel stationed at Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 517111. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    Code 104- Guess Wi-Fi
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking a qualified vendor to provide a fixed-price service contract for upgrading its network infrastructure to support a 10GbE commercial circuit. The primary objectives include the procurement of essential services such as Public DNS, an SSL Certificate, and professional engineering support from a Cisco CCIE for 60 hours annually, with RX3 Communications, Inc. identified as the intended sole-source provider. This upgrade is crucial for enabling guest users to connect to the RDT&E Guest Wi-Fi network, facilitating internet access for visitors using personal devices. Interested parties can reach out to Rene Valdivia at rene.e.valdivia.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further information, with the contract period set from December 1, 2025, to November 30, 2028.
    CABLE AND INTERNET SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide cable and internet services throughout Fort Benning, Georgia. This procurement aims to ensure reliable IT and telecom network support services, which are critical for maintaining effective communication and operational capabilities at the military installation. Interested vendors can reach out to Krista Spencer at krista.m.spencer.civ@army.mil for further details regarding the contract, which is categorized under the PSC code DG01. Additional information about deadlines and funding amounts will be provided during the procurement process.
    PROVIDE, INSTALL AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 1 GIG UP AND DOWNLOAD SPEEDS IN KY
    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 internet service with a minimum of 1 Gbps upload and download speeds in Erlanger, Kentucky. This procurement is a controlled access requirement, and only entities with a DITCO Basic Agreement can access the solicitation documents, which are available via the IDEAS platform. The selected contractor will be responsible for delivering telecommunications services critical for operational efficiency, with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested parties must submit their quotes by the specified deadline and can contact Shawn Arentsen or Haley Guttersohn for further information.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Local Exchange Services for Fort McCoy, WI.
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.