Cable Services
ID: D-25-OS-0047Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONHEADQUATERSSPRINGFIELD, VA, 22152, USA

NAICS

All Other Telecommunications (517810)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    The Drug Enforcement Administration (DEA) is seeking to negotiate a sole source contract for cable services with COXCOM, LLC, located in Atlanta, GA. This procurement is based on the unique capabilities offered by COXCOM that align with the DEA's specific needs for telecommunications services. The acquisition will follow the Simplified Acquisition Procedures outlined in FAR Part 13, with a firm-fixed price purchase order anticipated. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by August 13, 2025, at 10:00 AM EST, to Robert A. Jones at robert.a.jonesjr@dea.gov. The NAICS code for this opportunity is 517810, with a business size standard of $40 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Drug Enforcement Administration (DEA) plans to negotiate a sole source acquisition of cable services from COXCOM, LLC, located in Atlanta, GA. This decision is based on the specific capabilities that the provider offers to meet the agency's needs. Under FAR regulations, vendors who believe they can fulfill these requirements are invited to submit a capability statement by August 13, 2025. The DEA will award a firm-fixed price purchase order but retains discretion over competitive considerations. The acquisition will utilize Simplified Acquisition Procedures as outlined in FAR Part 13, with a NAICS Code of 517810 and a business size standard of $40 million. The notice emphasizes that this is not a request for competitive quotation, and submissions should be sent electronically to the listed government contact.
    Lifecycle
    Title
    Type
    Cable Services
    Currently viewing
    Special Notice
    Similar Opportunities
    Cox Transport Circuits
    Buyer not available
    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.
    Notice of Intent to Sole Source - Cable TV and Internet Services
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with Comcast of Maryland Limited Partnership for the continued provision of cable TV and internet services. This procurement is necessary to avoid service interruptions and additional infrastructure requirements that would arise if another provider were selected, as Comcast has already established the necessary infrastructure at the agency's sites. The contract will cover a base period of one year, with four optional one-year extensions, and will be awarded under the authority of FAR 13.106-1(b) and 41 U.S.C. 3304(b)(2)(B). Interested parties may submit a capability statement by 10 AM Eastern Time on December 8, 2025, to the primary contact, Lydia Glasgow, at lglasgow@cpsc.gov, or the secondary contact, Ankur Patel, at apatel@cpsc.gov.
    HOTEL ROOMS FOR PARTICIPANTS OF SIU #126
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source Purchase Order for hotel accommodations to the Comfort Inn for participants of SIU 126. The requirement includes 25 double occupancy rooms from January 17, 2026, to February 14, 2026, with the hotel conveniently located near the DEA Training Academy and various dining options. Interested vendors may submit a capability statement by December 9, 2025, at 10:00 A.M. Eastern Time, to Lori A. Love at Lori.A.Love@dea.gov, as the procurement will follow FAR Part 13 Simplified Acquisition Procedures, with a firm-fixed price anticipated for the award.
    Coaxial Cable TCOM-400-FR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of Coaxial Cable TCOM-400-FR, as outlined in solicitation number 2126406Y152139538. The requirement includes a specific quantity of coaxial cable with detailed specifications, including fire retardant and non-halogen properties, to be delivered to the Surface Forces Logistics Center in Baltimore, Maryland, by December 22, 2025. This procurement is critical for maintaining operational capabilities, and all interested vendors must ensure compliance with the specified packaging and delivery requirements. Quotes must be submitted to Kenneth Palmer at kenneth.t.palmer@uscg.mil, with all necessary details included, as the evaluation will focus on the completeness of the quote, delivery timeframe, and pricing.
    Cables, Fiber Optic
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Fiber Optics
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for fiber optic cable manufacturing. This procurement aims to streamline the acquisition of essential supplies and services to support various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate ongoing procurement needs, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Satellite Television Service Accounts for USCG Heartland District
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Heartland District, is seeking qualified vendors to provide and manage satellite television service accounts for designated shore sites and afloat units. The contractor will be responsible for managing existing accounts with providers such as DirecTV, Dish Network, and Spectrum, ensuring the delivery of basic service along with three premium packages, including a sports package and NFL Sunday Ticket, in compliance with USCG policy. This service is crucial for maintaining morale and entertainment for personnel both in port and underway. Interested vendors should contact Wesley Hanna at Wesley.K.Hanna@uscg.mil or Ryan Difernando at Ryan.A.Difernando@uscg.mil for further details, with the anticipated contract period running from September 9, 2026, to August 31, 2027, and options for four additional years.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    AMEND - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN COLUMBUS, OH AND AL
    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 leased OTU-2 customer lease between Columbus, OH, and Alabama. This procurement involves telecommunications services classified under the NAICS code 517111, specifically targeting wired telecommunications carriers, and is critical for ensuring reliable communication capabilities. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, with proposals due by December 8, 2025. For further inquiries, potential bidders can contact Angelina Hutson or Benjamin Sparlin via their respective emails.