Cox Transport Circuits
ID: H9224025Q1020Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

All Other Telecommunications (517810)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)
Timeline
  1. 1
    Posted Nov 25, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 25, 2024, 12:00 AM UTC
  3. 3
    Due Dec 24, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.

Point(s) of Contact
Kelly L. McNeill
kelly.mcneill@socom.mil
Files
Title
Posted
Nov 25, 2024, 1:12 PM UTC
The document presents a Sole or Limited Sources Justification for a procurement over $3,500 by the Naval Special Warfare Command, centered on the need to limit competition to a single source provider, Cox Communications. The justification outlines that Cox is the only service provider capable of offering the necessary 200 Mbps transport circuit between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story, as it already possesses the required communication infrastructure. The absence of alternative providers capable of meeting operational requirements without significant delays or costs renders a competitive bidding process impractical. Furthermore, it indicates that market research supports the exclusivity of Cox's services in the area. The memorandum emphasizes the urgency and essential nature of the requirements for maintaining operational effectiveness in support of all Navy commands based in these locations. The document concludes with a statement regarding the government's commitment to continually monitor the market for potential changes in competition viability.
Lifecycle
Title
Type
Cox Transport Circuits
Currently viewing
Presolicitation
Similar Opportunities
DG11 - connection and maintenance services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking to procure connection and maintenance services for a 10/10 MBPS Metro E Point to Point Layer 2 circuit for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement, identified as solicitation number N0018925Q0197, emphasizes the need for reliable telecommunication services with an expected availability of 99.9%, and includes a firm-fixed-price purchase order directed exclusively towards Cox Virginia Telcom, L.L.C. The contract performance period is set from April 25, 2025, to April 24, 2026, with options for renewal, and requires compliance with federal regulations, including security clearances for personnel involved. Interested parties should contact Charles Christie or Jacob Gephart via email for further details, with the closing date for submissions extended to April 28, 2025.
60--SIPR NET INFRASTRUCTURE MATERIALS
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking SIPR NET infrastructure materials. This acquisition will be negotiated on a sole source basis with CORNING, PANDUIT, OFS FITEL. The procurement is for fiber optic materials and will be conducted using FAR Parts 12 and 13, Commercial and Simplified Acquisition Procedure. Interested parties may submit proposals prior to the offer due date. The anticipated delivery date is 28 FEBRUARY 2017. The solicitation will be posted to the NECO website on or about 31 DECEMBER 2017 with quotes due on or about 07 JANUARY 2017. Prospective offerors are responsible for downloading their own copy of the solicitation from the NECO website and monitoring for any amendments. Electronic submission of quotes via NECO is not available at this time.
60--SWITCH,FIBER OPTIC
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure 18 units of a Fiber Channel Network Switch, specifically part number 3238200-201. This procurement is intended to fulfill a sole-source requirement, as the government plans to negotiate with only one source under FAR 6.302-1, emphasizing the critical nature of this equipment for military operations. The selected vendor will be responsible for delivering the specified quantity of switches, with delivery terms set to FOB Origin. Interested parties are encouraged to express their interest and capabilities within 45 days of the notice, and should direct inquiries to Stacey Ryan at NAVSUP via email at stacey.ryan@navy.mil or by phone at (215) 697-1255.
60--SWITCH,FIBER OPTIC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of fiber optic switches under a presolicitation notice. The procurement involves the National Stock Number (NSN) 7R-6021-016185545-P8, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered. These fiber optic switches are critical components for enhancing digital network capabilities within military operations. Interested parties are encouraged to express their interest and capability to fulfill this requirement within 45 days of the notice, with proposals being accepted for consideration. For further inquiries, potential bidders can contact Carolyn A. Clark at (215) 697-1073 or via email at CAROLYN.A.CLARK30.CIV@US.NAVY.MIL.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN(BLDG) 803, (ROOM) TELEPHONE ROOM, 3404 GEORGIA STREET, MOODY AFB, GA(MOODYAFB-CCI) AND (BLDG) 919, (ROOM) TELCO, (FLOOR) 1, 919 LANGLEY STREET, JACKSONVILLE NAS, FL(JKSVLNAS-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 an OC-12 (622.08MB) channel between Moody Air Force Base in Georgia and Jacksonville Naval Air Station in Florida. The contract requires vendors to ensure operational availability of at least 99.5%, adhere to specific performance characteristics, and conduct rigorous testing protocols, including a comprehensive 72-hour end-to-end test to confirm circuit integrity and error performance metrics. This telecommunications service is critical for supporting government operations, emphasizing the need for reliable and secure communication infrastructure. Interested contractors must submit their detailed price quotations by May 5, 2025, with service delivery expected by May 30, 2025; for further inquiries, contact Donna Voss at DONNA.M.VOSS7.CIV@MAIL.MIL or Kristina Hoff at kristina.m.hoff.civ@mail.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.
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 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA
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 new 10GB Wave Leased Access Circuit connecting Point Mugu NAWC and Beale AFB. Contractors are required to submit compliant proposals that address specific technical requirements, including installation plans, testing protocols, and adherence to federal regulations, with a critical completion deadline set for May 15, 2025. This procurement is vital for enhancing telecommunications infrastructure to support government operations, ensuring reliable connectivity and compliance with stringent performance metrics. Interested vendors can reach out to Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further information regarding the solicitation.
HC101325QA198-0002:CHANGE SERVICE DATE-08/18/25 & PROPOSAL DUE DATE-05/13/2025. PROVIDE, INSTALL, & MAINTAIN AN 800MB LEASE BETWEEN BLDG 7060; (34.882418 -76.355309) ATLANTIC, NC 28511 & BLDG 9014; RM COMM: FL 1ST, BEAUFORT, NC 28516; 34.9800 -76.4299.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an 800MB Ethernet Private Line (EPL) service lease between two military buildings located in Atlantic and Beaufort, North Carolina. Contractors are required to comply with specific technical specifications, including the installation of fiber optics, and must submit detailed quotes that clearly outline their pricing structures and adherence to the solicitation's requirements. This procurement is crucial for maintaining efficient communication infrastructures within the military, ensuring reliable telecommunications services. Proposals are due by May 13, 2025, with the service date set for August 18, 2025; interested parties can direct inquiries to John Beckman or Dale Rupright via email for further clarification.
Repair of NIIN 016185545
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of one unit of NIIN 016185545, part number SCD7396-E, intended for Foreign Military Sales to the United Kingdom. This procurement focuses on the repair services related to fiber optic cable manufacturing, which is critical for maintaining effective communication and operational capabilities within military operations. Interested parties are encouraged to submit their capability statements, proposals, or quotations for consideration, and any inquiries should be directed to Kelly Gipson at kelly.a.gipson2.civ@us.navy.mil or by telephone at 215-697-4787.
D--Hard-Wired Telecommunication
Buyer not available
Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for hard-wire cable telecommunications services to various locations at U.S. Naval activities throughout the Hampton Roads area. The Hampton Roads area includes Williamsburg, VA, south to Chesapeake, VA. The services may be required in working spaces, living spaces, Navy Lodges, pier side, and dry-docks. This notice is not a request for competitive quotations, but all responsible sources may submit an offer. The complete Request for Proposal (RFP) package will be available for download on or about October 30, 2018, from the NECO Website. The North American Industry Classification System (NAICS) code for this acquisition is 517311 - Wired Telecommunications Carriers. Prospective contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.