KPLER Custom bundle of Commercially Available Off-the-Shelf (COTS) intelligence data packages
ID: HC104725R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DEFENSE INFORMATION SYSTEMS AGENCYFORT MEADE, MD, 20755-0549, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a custom bundle of Kpler brand name commercial intelligence data packages, specifically designed for use in the White House Situation Room. This procurement aims to acquire specialized data feeds covering over 40 commodities, real-time shipping intelligence, and maritime data services, which are critical for enhancing situational awareness and decision-making in U.S. Department of Defense operations. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a base period of 12 months and four optional extensions, emphasizing Kpler's unique capabilities in real-time tracking of global shipping activities. Interested contractors must submit their quotations by 5:00 PM EST on January 14, 2025, to Carol Craig at carolyn.n.craig.civ@mail.mil, ensuring compliance with all outlined requirements and provisions in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 8:05 PM UTC
The document outlines the process and requirements for completing the Consolidated Product Listing template used in federal procurement. It emphasizes the need for Mission Partners to customize the template while completing the narrative section to provide the basis of the estimate and obtain signatures as required. The guidance highlights the importance of properly identifying items needing Unique Identification (IUID) tags and ensuring that contractors provide necessary information, especially if specific brand names are requested. Additionally, the document discusses task orders (CLINs) for various standard data packages associated with crude oil, LNG, LPG/ethane, fuel oils, and marine traffic enterprise data, indicating quantities and the need for brand name identifications. It specifies that all items must be delivered upon award without partial deliveries and that contractors must submit a completed Electronic Products List (EPL) alongside shipment documentation. This comprehensive approach aims to ensure clarity, accountability, and regulatory compliance in the procurement process while facilitating efficient record-keeping and delivery.
Jan 8, 2025, 8:05 PM UTC
The document outlines a proposed contract for Kpler licenses to be used in the White House Situation Room (WHSR), funded by Fiscal Year 2025 O&M funding. Kpler provides a specialized data feed that covers over 40 commodities, real-time shipping intelligence, and maritime data services, essential for U.S. Department of Defense (DoD) intelligence operations. The contract will offer a base period of 12 months with four optional extensions, emphasizing Kpler’s unique capabilities in real-time tracking of global shipping activities. The justification for sole-source procurement highlights that no other competitor can fulfill these specific requirements, citing Kpler's proprietary technology for accurate data consolidation and analysis. The document also notes the critical need for such intelligence to prevent and respond to potential maritime threats. Market research confirms that alternatives do not meet the government's needs, leading to a commitment to ongoing evaluation of market options. The certification sections provide a formal seal of approval from necessary stakeholders. This initiative illustrates the government’s reliance on specialized data solutions for enhanced situational awareness and decision-making.
Jan 8, 2025, 8:05 PM UTC
This document is a solicitation for bids related to commercial products and services, identified by solicitation number HC104725R0006, with a due date for offers by 5:00 PM on January 17, 2025. The acquisition includes various data packages for crude oil, LNG, LPG/ethane, fuel oils, and residuals, which are to be delivered to the White House Situation Support Staff, located at the Executive Office of the President in Washington, DC. The document outlines the quantities, unit prices, and specific shipping terms for these data packages, all of which are categorized as full and open competition with an emphasis on small business participation. Additionally, it includes a range of procurement clauses aligned with federal regulations, covering requirements related to telecommunications, contractor responsibilities, and compliance certifications necessary for contract execution. Critical clauses address areas such as the prohibition on certain telecommunications equipment and the necessity for service contracts to align with federal standards on transparency and accountability. Overall, this solicitation signifies the government's commitment to acquiring essential data services while promoting small businesses in the process.
Jan 8, 2025, 8:05 PM UTC
This document is an amendment to a solicitation concerning a federal contract, specifically modifying the submission due date. The aim of the amendment is to correct the Offer Due Date from "05:00 PM 17 Jan 2025" to "05:00 PM 14 Jan 2025." It maintains that all other terms and conditions of the original solicitation remain unchanged. The document outlines procedures for acknowledging this amendment, indicating that failure to do so before the new deadline may lead to rejection of submitted offers. Additionally, it specifies that any changes to an already submitted offer must be communicated in writing, referencing the solicitation and amendment numbers. The document is issued by the Defense Information Systems Agency (DISA) and emphasizes the imperative of compliance in line with federal acquisition regulations. Overall, this summary illustrates the procedural adjustments necessary for bidders regarding submission timelines within federal contracting processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
AMEND 0001: 1 GB dedicated intra-Southwest Asia commercial lease
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for a 1 GB dedicated intra-Southwest Asia commercial lease as outlined in solicitation HC102125QA047. This procurement is focused on providing telecommunications services, specifically under the NAICS code 517111, and is intended for entities that meet the specified requirements, including compliance with commercial item terms and conditions. The solicitation is a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors must submit their quotes, including detailed pricing structures, by the specified deadline, and can direct inquiries to Sarah Tyler or Kacee Copus via their provided email addresses.
Request for Information: Long Haul Data Transport
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry insights via a Request for Information (RFI) for secure and reliable long-haul data transport solutions. The objective is to gather information on transport capabilities that can support both legacy and modern systems across a network of over 200 locations, including austere sites, with a minimum bandwidth requirement of 2 Mbps and compliance with cybersecurity policies. This initiative is critical for ensuring robust communication frameworks in support of national defense operations. Interested vendors must submit their responses by May 19, 2025, and can direct inquiries to Kristin S. Martin at kristin.s.martin2.civ@mail.mil or Jessica D. Penick at jessica.d.penick.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND AND (BLDG) 1668, (ROOM) 1021, 1668 PORTER STREET, FT DETRICK, MD(FTDETRCK/CCI).
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 channelized OC-12 telecommunications service between Carlisle Barracks, PA, and Fort Detrick, MD. This procurement aims to establish a reliable telecommunications infrastructure that operates 24/7 with a minimum reliability threshold of 99.5%, ensuring effective communication between military locations. Interested vendors must adhere to stringent technical requirements, including conducting site surveys and providing detailed installation plans, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by April 23, 2025, with the service expected to be operational by August 21, 2024; for further inquiries, vendors can contact Jennifer Voss or Angelina Hutson via email.
RFQ: 100MB intra-Europe commercial lease
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a 100MB intra-Europe commercial lease. This procurement aims to secure telecommunications services that comply with specific commercial item terms and conditions, as outlined in the solicitation. The services are critical for maintaining robust communication networks within the Department of Defense's operational framework. Interested vendors must ensure they are registered under the appropriate NAICS code (517111) and submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, potential bidders can contact Sarah Tyler at sarah.m.tyler7.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil.
Amend 0002: RFQ: NALLA/ALLA requirement to start a 10.709GB (OTU-2) commercial lease within Europe.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a commercial lease under the NALLA/ALLA requirement to initiate a 10.709GB (OTU-2) service within Europe. This procurement aims to secure telecommunications services, specifically satellite communications and telecom access, which are critical for operational effectiveness in military and defense contexts. The solicitation is structured as a request for quote (RFQ) and is subject to a lowest price technically acceptable (LPTA) evaluation process, with a close date extended to April 18, 2025. Interested vendors must ensure they are registered under the appropriate NAICS code (517111) and provide their UEI or CAGE code for access to the solicitation documents; inquiries can be directed to primary contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or secondary contact Chad DeVries at chad.w.devries.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A LEASE 10GB WAVE SERVICE BETWEEN (BLDG) 5;(RM) 1000I; MICHELSON LAB, CORNER OF KNOX AND BLANDY ROAD, NAVAL AIR WEAPONS STATION CHINA LAKE, CA 93555 AND (BLDG) 2145; (RM) 105; 5801 C STREET, BEALE AFB, CA 95903-1517
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 10GB wave telecommunications service between Naval Air Weapons Station China Lake and Beale Air Force Base in California. This procurement aims to enhance communication capabilities critical to military operations, requiring compliance with stringent technical standards and federal telecommunications guidelines. The contract will span a period of 60 months, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes electronically by the specified deadline, and for further inquiries, they can contact Jennifer Voss or Kevin Knowles via email at jennifer.n.voss.civ@mail.mil and kevin.l.knowles4.civ@mail.mil, respectively.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND (BLDG) 308, (ROOM) 203,(FL) 2ND; 5450 CARLISLE PIKE, MECHANICSBURG, PA(NSAMCNCS/CCI)
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 channelized OC-12 leased service between two specified locations in Pennsylvania. This procurement aims to enhance telecommunications capabilities, ensuring reliable connectivity for military operations, with a focus on compliance with stringent technical and regulatory requirements. The contract will be awarded based on the lowest price technically acceptable (LPTA) evaluation process, with proposals due by April 23, 2025. Interested vendors can contact Jennifer Voss or Angelina Hutson via email for further information regarding the solicitation.
RFQ: Requirement to start a 1 GB dedicated service commercial lease intra Southwest Asia.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for a 1 GB dedicated service commercial lease in Southwest Asia. This procurement aims to establish reliable telecommunications services, which are critical for operational effectiveness in the region. Interested telecommunications providers must comply with specific commercial item terms and conditions, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, interested parties can contact Rachel Kern or Brett Kaufman via email, and access to the solicitation documents requires registration under the appropriate NAICS code (517111).
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 seeking proposals for the provision, installation, and maintenance of a new 10GB wave leased access circuit connecting two military facilities in California. The project requires compliance with specific technical requirements, including adherence to DITCO's telecommunications directives and federal acquisition regulations, with a focus on ensuring network reliability and performance. This procurement is crucial for enhancing telecommunications infrastructure, which supports military operations and communication capabilities. Interested vendors must submit their quotes by the specified deadline, 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 UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FL; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, RM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
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 channelized OC-3 (155.52 Mbps) telecommunications service between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, including operational uptime of 99.5% or better, a one-hour response time for repairs, and adherence to testing standards, ensuring reliable service delivery. This procurement is crucial for maintaining secure and effective telecommunications capabilities for government operations, with quotes due by April 17, 2025, and service commencement expected on July 16, 2025. Interested vendors can direct inquiries to Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.