USBP El Centro Multiprotocol Label Switching Circuits & Internet Services
ID: 20149724Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking quotations for Multiprotocol Label Switching (MPLS) Circuits and Internet Services for four locations within the El Centro Sector in California. The objective is to enhance broadband connectivity by replacing existing T1 connections with secure MPLS connections, thereby improving communication infrastructure for operational effectiveness within the Border Patrol sector. Interested contractors must submit their quotations by April 28, 2025, at 5:00 PM EDT, and are encouraged to direct any questions to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov. The procurement is open-market and unrestricted, with a focus on providing the most advantageous quote based on technical acceptability and price.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 11:07 PM UTC
The United States Department of Homeland Security's Customs and Border Protection is seeking a contractor to provide Multiprotocol Label Switching (MPLS) circuits and internet services for the El Centro Sector. The Statement of Work outlines the need for broadband connectivity at four locations, replacing previous T1 connections with enhanced services. The contractor must establish a connection among the sites, with specific internet speed and data allowance requirements: Location 1 is the main hub with a 4.5 Mbps speed and 1200 GB monthly allowance, while Locations 2, 3, and 4 each require 1.5 Mbps speeds with 400 GB allowances. The contract will span one base year and four optional one-year periods, with all performance occurring at the specified locations. Security regulations must be followed, and any contract changes require prior approval. The document specifies that no government-furnished equipment will be provided and that travel is not necessary. Contract queries are to be directed to designated points of contact, ensuring clear channels of communication for managing the contract's terms.
Apr 9, 2025, 11:06 PM UTC
The document is a pricing sheet associated with Request for Quotation (RFQ) 20149724, concerning Multiprotocol Label Switching (MPLS) Circuits and Internet Services. It outlines the submission process for potential contractors by detailing the monthly quantities required for a base year and four additional option years, each lasting 12 months. Contractors are instructed to fill in pricing information in the designated blue cells of the form, which will automatically calculate total costs. The sheet includes fields for the contractor’s name, System for Award Management (SAM) Unique Entity Identifier (UEI), and Government Services Administration (GSA) schedule number. The primary purpose of this document is to facilitate the collection of bids from qualified vendors, ensuring transparency and competitiveness in awarding the contract for telecommunications services to support governmental operations.
The document outlines the applicable clauses and provisions for Solicitation RFQ 20149724, intended for contractors bidding on federal contracts. It specifies important contract clauses that will guide the administration and execution of the contract, such as terms related to protecting covered contractor information systems, payment provisions for small business subcontractors, and various compliance requirements for federal procurement laws. Key clauses include those concerning system maintenance, safeguarding sensitive information, and ensuring compliance with various federal statues and executive orders. The document presents a structured list of clauses organized into sections, detailing definitions, safeguarding requirements, and responsibilities for contractors. It emphasizes compliance with cybersecurity practices, the prohibition of certain foreign telecommunications services, and instructions for submitting invoices electronically. Furthermore, it stipulates the government's authority to manage changes and outline responsibilities for contractor personnel. The overall intent is to ensure transparency, uphold security standards, and foster a fair bidding process while ensuring contractors meet federal requirements.
Apr 9, 2025, 11:06 PM UTC
The Statement of Work (SOW) outlines the United States Department of Homeland Security's request for proposals to provide Multiprotocol Label Switching (MPLS) circuits and internet services for four locations within the El Centro Sector. The locations require broadband connectivity to replace existing T1 connections, enhancing their service capabilities. The contractor is responsible for establishing secure MPLS connections between the main hub and the three satellite locations, with specific bandwidth and data allowance requirements for each site. The service agreement spans one base year and four optional one-year extensions, depending on the government's ongoing needs. Additionally, the contractor must comply with security protocols while onsite and manage contract changes through the designated contracting officer. This initiative aims to improve communication infrastructure for enhanced operational effectiveness within the Border Patrol sector.
Apr 9, 2025, 11:06 PM UTC
The document addresses inquiries related to the Request for Quotation (RFQ) Notice ID 20149724, concerning the provision of Multiprotocol Label Switching (MPLS) circuits and internet services for the USBP El Centro as of April 9, 2025. It clarifies that while MPLS is not a mandatory requirement for the project, alternative solutions like Layer 2 Ethernet Private Line (EPL) connections or ethernet WAN configurations are permitted, provided the solutions ensure secure point-to-point connections. Additionally, the Government is granting a two-week extension for the submission deadline, moving it to April 28, 2025, at 5:00 PM EDT. Overall, the file serves to inform potential contractors about the flexibility in technical requirements and updated timelines for submission in response to the RFQ.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
EXPANSION CONNECTOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of twenty-five Expansion Connectors, a specialized item manufactured by Boulden Company Inc. These connectors are essential for the operational readiness of the 49 BUSL vessel and are required to meet specific performance, fit, form, and function standards that only the original equipment manufacturer can fulfill due to proprietary technical data restrictions. The procurement process adheres to Federal Acquisition Regulation guidelines, emphasizing the importance of ensuring operational capability while exploring future competitive sourcing opportunities. Interested vendors must submit their quotations by May 5, 2025, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil.
PROVIDE, INSTALL, AND MAINTAIN A NEW 10GB WAVE LEASED ACCESS CIRCUIT BETWEEN BLDG 33 DCO ROOM, 1ST FLOOR, 652 RONALD REAGAN BLVD, POINT MUGU NAWC, CA 93042 (PT MUGU/CCI) AND BLDG 7494, ROOM 113, 1ST FLOOR, 7494 MIRAMAR WAY, MCAS, SAN DIEGO, CA 92145
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 new 10GB wave leased access circuit between two military facilities in California, specifically from Point Mugu to MCAS San Diego. Contractors are required to submit detailed proposals that address technical compliance, installation processes, and rigorous testing protocols, ensuring the circuit meets a service date of May 15, 2025, while adhering to federal telecommunications standards. This procurement is critical for enhancing the telecommunications capabilities of military operations, ensuring reliable and effective communication networks. Interested vendors must coordinate site visits and comply with all outlined requirements, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
U.S. Customs and Border Protection (CBP) Less Lethal Pressurized Air Launcher Systems (LLPALS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking quotes for the procurement of Less Lethal Pressurized Air Launcher Systems (LLPALS) to support its Law Enforcement Safety & Compliance Directorate. The solicitation includes detailed technical specifications for the LLPALS, which must meet specific operational requirements, safety features, and performance standards, ensuring they are suitable for law enforcement applications. This initiative reflects the government's commitment to enhancing public safety through the acquisition of non-lethal equipment, with a contract value ranging from $5,000 to $7,500,000 over a five-year period, starting from September 18, 2025. Interested vendors can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, and must adhere to the submission guidelines outlined in the attached RFQ documents.
PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT ETHERNET CIRCUIT WITH NO TAGGING FROM THURMONT, MD TO SUITLAND, MD.
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 50 Mbps minimum Layer 2 point-to-point Ethernet circuit connecting Thurmont, MD, to Suitland, MD. The procurement requires vendors to deliver copper electrical handoffs at both locations, conduct site surveys, and ensure compliance with stringent service performance standards, including 99.5% availability and rapid response times. This telecommunications solution is critical for maintaining reliable connectivity and operational efficiency within government operations. Interested small businesses must submit their quotes by the specified deadline, with the contract potentially spanning up to five years, and can direct inquiries to Shawn Arentsen or Amanda Romanitis via email for further details.
PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT ETHERNET CIRCUIT WITH NO TAGGING FROM JOINT BASE ANACOSTIA, DC TO SUITLAND, MD.
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 a Layer 2 point-to-point Ethernet circuit with a minimum bandwidth of 50 Mbps between Joint Base Anacostia, DC, and Suitland, MD. The procurement requires contractors to ensure copper electrical handoffs at both locations, conduct site surveys prior to installation, and adhere to strict maintenance standards, including a service availability of 99.5% or better and prompt response times for outages. This telecommunications service is critical for maintaining effective communication and operational capabilities within the Department of Defense. Interested parties must submit their quotes by May 9, 2025, and can direct inquiries to Shawn Arentsen or Amanda Romanitis via email for further information.
PROVIDE, INSTALL, AND MAINTAIN 1GB ETHERNET LEASE BETWEEN BLDG 5, 1 FL, PUERTO RICO AIR NATIONAL GUARD, 200 TONY A SANTANA AVE, CAROLINA, PR 00979, AND BLDG 6, ROOM, 1 FL, PUNTA SALINAS RADAR SITE, 200 CARR 165, TOA BAJA, PR
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 a 1GB Ethernet lease between two locations in Puerto Rico Air National Guard facilities. The procurement requires detailed compliance with technical specifications and installation procedures, with a focus on performance testing and adherence to Federal Acquisition Regulation (FAR) clauses. This telecommunications service is critical for ensuring reliable communication capabilities within the military infrastructure. Interested contractors must submit their quotes by April 26, 2025, with service commencement expected by August 24, 2025; for further inquiries, contact Jennifer Voss or Angelina Hutson via email.
PROVIDE, INSTALL, AND MAINTAINS A 1GB ETHERNET BETWEEN BLDG 400, ROOM 1184, 1ST FLOOR, 400 GIGLING ROAD, SEASIDE, CA 93955/CCI AND BLDG 379, BELL ROOM 23, 470 C STREET, RANDOLPH AFB, TX 78150/CC2.
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 connecting two locations: Building 400 in Seaside, CA, and Building 379 in Randolph AFB, TX. Contractors are required to meet specific technical specifications, including the use of a fiber optic connection with 1000BASELX and LC connectors, while adhering to federal procurement regulations and performance standards. This telecommunications service is critical for ensuring reliable communication between the two sites, with proposals due by May 12, 2025, and a required service start date of September 8, 2025. Interested contractors can reach out to Shannon Scheffel or Dale Rupright via email for further inquiries.
RFQ: Start a Ethernet Circuit Intra-Europe.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for the establishment of an Ethernet circuit intra-Europe. This procurement is aimed at telecommunication providers who can deliver commercial items in accordance with the specifications outlined in the request for quote (RFQ), which includes details on pricing structures and service acceptance criteria. The services are critical for enhancing communication capabilities within the region, and the procurement will utilize a lowest price technically acceptable (LPTA) evaluation process to select the winning bid. Interested vendors must ensure they are registered under the appropriate NAICS code (517111) and submit their quotes, including necessary identification information, to the primary contact, Cleve Gordon, at cleve.a.gordon.civ@mail.mil, or the secondary contact, Josefino Mascarenas, at josefino.t.mascarenas.ln@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 connecting two specific buildings in Bremerton, Washington. Contractors are required to comply with detailed technical specifications, including providing circuit routing maps, ensuring physical diversity in routing, and adhering to ITU-T Y.1564 standards for acceptance testing. This procurement is crucial for enhancing telecommunications infrastructure within federal facilities, reflecting the government's commitment to advanced communication technologies. Interested contractors must submit their proposals by March 31, 2025, with a service date set for June 16, 2025; for further inquiries, they can contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.