D--COMMODITY INTERNET
ID: 140E0125R0005Type: Solicitation
AwardedJul 21, 2025
$993.3K$993,299
AwardeeAT&T Enterprises, LLC 400 WEST AVE ROCHESTER NY 14611 USA
Award #:140E0125P0011
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF SAFETY AND ENVIRONMENTAL ENFORCEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

    The Bureau of Safety and Environmental Enforcement (BSEE) is soliciting proposals for a Time & Material Purchase Order to provide commodity internet and voice services across various locations in the United States. The procurement aims to enhance communication capabilities by delivering and installing fiber optic services, along with associated internet and voice services, ensuring low latency and high availability. This initiative is crucial for maintaining operational efficiency and connectivity at BSEE facilities nationwide. Interested contractors should note that the contract covers a base year from July 1, 2025, to June 30, 2026, with two optional extension years, and must comply with federal regulations during the installation process. For inquiries, contact Christina Mohamed at christina.mohamed@bsee.gov or call 703-787-1449.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Safety and Environmental Enforcement (BSEE) seeks proposals for a Time & Material Purchase Order under RFP No. 140E0125R0005 for commodity internet and voice services, with specifications detailed in the pricing section and Statement of Work. The contract covers installation and monthly services for internet and voice lines across various BSEE locations nationwide. Key deliverables include fiber installation at 16 sites, voice services, internet connectivity with specified latency and availability, and essential hardware. The project requires adherence to a strict schedule, with installations to be completed by June 30, 2025. Proposals must comply with pricing requirements, technical specifications, and include details on services offered, with a validity period of 30 days. Invoicing will follow a structured payment plan based on deliverables, ensuring compliance with federal regulations. The contract emphasizes the necessity for responsive maintenance support and technical interoperability with existing systems. This procurement process reflects the government’s ongoing commitment to enhancing operational communications infrastructure.
    The document pertains to RFP 140E0125R0005 for Commodity Internet services and addresses questions regarding installation and product specifications. It clarifies that installation must occur within 30 days following the award date, as detailed in sections 1.2 and 3.1 of the solicitation amendment. Additionally, it confirms that while the request mentions IP Flex Reach, the use of an equivalent product is permissible, which is outlined in section 2 of the amendment. Key changes are denoted in red text within the specified sections. This document is crucial for potential bidders, ensuring they understand timelines and product flexibility while responding to the RFP.
    The document lists addresses related to a federal request for proposal (RFP) concerning commodity internet services across various locations in the United States. It specifies addresses in cities including Anchorage, AK; Camarillo, CA; Houston, TX; Sterling, VA; and multiple locations in Louisiana and Oklahoma. Each entry provides a complete address with suite numbers where applicable, categorizing certain sites as critical or warehouse-related. This structured list is likely intended for potential vendors to generate bids and plans for providing internet services, indicating the government's commitment to enhancing connectivity across its facilities. The detailed listing helps streamline the procurement process by clearly outlining the locations requiring service, emphasizing the government's initiative towards improved technological infrastructure.
    The document outlines the necessary steps for porting specific Direct Inward Dialing (DID) numbers from Lumen SIP to be utilized with existing RightFax lines. It provides a detailed list of the applicable DID ranges, including their respective North American Numbering Plan (NPA) and Numbering Exchange (NXX) codes. The listed ranges fall within the 303 area code and include DIDs from various blocks, specifically mentioning ranges from 4200 to 4299; 8760 to 8779; 9500 to 9579; and others spanning from 9680 to 9950. This process ensures seamless communication for government operations reliant on faxing services. The document's structure is straightforward, presenting key information concisely, indicating that it is a technical specification meant for operational staff involved in telecommunications management within federal or local government contexts.
    The document outlines key toll-free contact numbers for various emergency and public affairs hotlines managed by federal agencies across the United States. It includes a list of services, their corresponding terminating numbers, and locations. Featured numbers include a nationwide emergency hotline, short-term emergency hotlines in Herndon, VA, New Orleans, LA, and an Indian outreach contact in Oklahoma City, OK. Specific agencies mentioned include the Bureau of Safety and Environmental Enforcement (BSEE), Bureau of Ocean Energy Management (BOEM), and the Office of Natural Resources Revenue (ONRR). The purpose of this document is to provide essential communication resources for quick access in emergencies and public inquiries, supporting the government's efforts in maintaining efficient communication channels with the public, especially in crisis situations. This aligns with broader government objectives related to federal grants and RFPs, ensuring that relevant stakeholders can access necessary support promptly.
    The document outlines the Offeror Representations and Certifications for a federal solicitation under FAR 52.212-3. It details compliance requirements for businesses seeking federal contracts, focusing on key terms like "small business," "veteran-owned," and "women-owned" enterprises. Offerors must complete specific certifications based on their business type, including affirmations regarding previous contracts, compliance with the Equal Opportunity clause, and adherence to the Buy American Act. Significantly, it addresses the prohibition against using forced or indentured child labor and restrictions related to telecommunications equipment, Sudan operations, and relationships with Iran. The document also emphasizes the importance of accurate representations of business ownership structures, tax liabilities, and any preceding contracts held. Ultimately, this RFP attachment facilitates compliance and transparency in federal contracting by ensuring that offerors meet federal standards concerning business operations, legal compliance, and ethical practices. Adherence to these representatives enhances the integrity of the procurement process.
    This document serves as an amendment to solicitation number 140E0125R0005, detailing the protocols for acknowledging receipt of this amendment. It emphasizes the importance of acknowledging receipt to avoid offer rejection due to late submissions. The amendment includes a Questions and Answers Document and the updated solicitation materials. It clarifies that other terms and conditions remain unchanged. Changes stipulated pertain to contract administration and provide instructional methods for contractors to confirm acknowledgment, either by returning copies with signatures or through formal electronic communication. This amendment underscores the necessity for compliance with the specified procedures to ensure the validity of offers submitted under this procurement process, reflecting standard practices in government contracting and procurement. Overall, the document maintains procedural integrity in the solicitation process, ensuring all parties understand their obligations within the contract framework.
    The Bureau of Safety and Environmental Enforcement (BSEE) is soliciting proposals for a Time & Material Purchase Order to obtain commodity internet, voice lines, and associated services. This procurement covers a base year from July 1, 2025, to June 30, 2026, with two optional extension years. The awarded contract will include the delivery and installation of fiber optic services at various BSEE locations, alongside a package of voice and internet services, alongside monitoring and support. The contract aims to provide reliable connectivity with specific service standards, including low latency and high availability. All contractors must manage equipment installation, site protocols, and compliance with federal regulations during the installation period, which should conclude by June 30, 2025. Invoicing will be done monthly based on service receipt, requiring detailed documentation aligned with site-specific services. The BSEE's initiative reflects its commitment to enhancing communication and operational capabilities across all sites it serves nationwide.
    Lifecycle
    Title
    Type
    D--COMMODITY INTERNET
    Currently viewing
    Award
    Solicitation
    Similar Opportunities
    CUSTOM HEARING PROTECTORS
    Interior, Department Of The
    The Bureau of Safety and Environmental Enforcement (BSEE) is soliciting quotations for custom hearing protectors and earmold impressions for up to 120 employees exposed to hazardous noise levels. The procurement includes on-site earmold impressions, audiometric testing, and the provision of custom hearing protectors, with services scheduled to take place at the CAJUNDOME & Convention Center in Lafayette, LA, from January 26 to January 30, 2026. This initiative is crucial for ensuring the safety and health of employees working in environments with high noise exposure. Quotations are due by January 2, 2026, and must be submitted to Stacey Ellingsen at the BSEE-Sterling Acquisition Operations Branch, with a firm-fixed-price purchase order structure in place.
    1 Gbps Symmetrical Ethernet DIA, Rapid City, SD
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking proposals for 1 Gbps symmetrical Ethernet Dedicated Internet Access (DIA) services for its Dakota Water Science Center located in Rapid City, SD. This procurement includes a base year and two option years, emphasizing the need for reliable internet connectivity supported by fiber optic media, IPv4/IPv6 interoperability, and 24/7/365 Network Operations Center (NOC) support, along with a Service Level Agreement (SLA). The opportunity is classified under NAICS code 517111 and Product Service Code DG10, with quotes due by December 17, 2025, at 5:00 PM ET, submitted via email to Elizabeth Adam at eadam@usgs.gov. Evaluation criteria will prioritize technical capability and past performance over price, ensuring that the selected vendor meets the essential requirements outlined in the solicitation.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    CDJ-BANDWIDTH-VPN FOR OPENNET JAN-DEC 2026
    State, Department Of
    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.
    Internet Service
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Bangkok, Thailand, is preparing to solicit proposals for Internet Circuit 500/500 Mbps service. This procurement aims to secure reliable internet connectivity essential for the embassy's operations, ensuring efficient communication and data transfer. The contract will be awarded to the responsible company that submits the lowest acceptable offer, with the intention to proceed without discussions unless necessary. Interested vendors must be registered in the System for Award Management (SAM) database prior to proposal submission, and they can direct inquiries to Ramon Menendez-Carreira or Poonnakrit Pinlaor via the provided email addresses. The solicitation will be published on SAM.gov once it is ready.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN PR AND PR
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 1GB Ethernet commercial lease under the IQO contract. This procurement is specifically aimed at small businesses and involves telecommunications services, with the selected contractor required to provide detailed pricing for monthly recurring and non-recurring charges. The successful bidder will play a crucial role in ensuring reliable telecommunications access, which is vital for operational efficiency within the agency. Interested parties must submit their quotes by the specified deadline, and for further inquiries, they can contact Benjamin Sparlin or Angelina Hutson via their provided email addresses.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    B--Petrel Support Services
    Interior, Department Of The
    The Department of the Interior is seeking proposals for the procurement of Petrel Exploration and Production (E&P) software licenses and associated administrative support services. This requirement aims to assist the U.S. Department of the Interior's International Technical Assistance Program (DOI-ITAP) in enhancing Ukraine's energy sector, specifically by supporting UkrGasVydobuvannya (UGV) in increasing domestic gas production through the use of advanced data analysis and modeling tools. The contract will be a sole-source acquisition with a performance period from December 31, 2025, to August 30, 2026, and quotes are due by December 16, 2025, at 12:00 PM EST. Interested parties should contact Joelle Donovan at joelledonovan@ibc.doi.gov for further information.