Nationwide Public Safety Broadband Network (NPSBN) Investment, Oversight, Engagement, and Outreach Services
ID: NIOEOSType: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL TELECOMMUNICATIONS AND INFORMATION ADMINISTRATIONDEPT OF COMMERCE NTIA/FIRST NETRESTON, VA, 20192, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, through the National Telecommunications and Information Administration (NTIA), is seeking qualified small businesses to provide Investment, Oversight, Engagement, and Outreach Services for the Nationwide Public Safety Broadband Network (NPSBN). The primary objective of this procurement is to enhance communication among first responders and improve public safety through effective project management, stakeholder engagement, data analytics, and telecommunications engineering support. This initiative is critical for ensuring the successful deployment and operation of the NPSBN, which is established under the Middle Class Tax Relief and Job Creation Act of 2012. Interested vendors must submit proposals by June 2, 2025, and can direct inquiries to Alejandra Loyet at alejandra.loyet@firstnet.gov. The project is expected to span from September 2025 to August 2030, with a hybrid contract type anticipated.

    Point(s) of Contact
    Files
    Title
    Posted
    The DRAFT PERFORMANCE WORK STATEMENT details the services required for the First Responder Network Authority's Nationwide Public Safety Broadband Network (NPSBN) program. Established under the Middle Class Tax Relief and Job Creation Act of 2012, the NPSBN is designed to enhance communication among first responders and improve public safety. The primary objective outlined in the document is to provide investment, oversight, engagement, and outreach services to ensure effective deployment and operation of the network. Key tasks for contractors include public safety stakeholder engagement, data analytics, performance management, and telecommunications engineering support. Notably, the contractor is expected to develop transition-in and transition-out plans to ensure smooth operations during contractor changes. Regular communication with FirstNet personnel and the establishment of performance metrics are critical for project success. The project spans multiple years, from September 2025 to August 2030, with a hybrid contract type anticipated. The contractor must adhere to a set of quality assurance standards to ensure deliverables meet government expectations. The document's comprehensive framework highlights the significance of effective project management and continuous communication in achieving the NPSBN's mission of enhancing public safety across the nation.
    The document outlines a pricing sheet for a Blanket Purchase Agreement (BPA) concerning various labor categories to be utilized in government contracts. Key elements include hourly rates for both on-site and off-site services across multiple roles such as Administrative Assistant, Business Analyst, and Subject Matter Experts at different levels. The sheet specifies that the rates will be incorporated into the BPA and allows for substitutions of labor categories throughout the BPA’s duration upon government approval. Each option period listed—Base Period and Option Periods I to IV—follows a similar structure with costs categorized into distinct roles and labeled as "At Cost" for other direct costs and travel. The document serves a dual purpose: it provides a framework for cost estimation for upcoming projects and formalizes labor categories via the General Services Administration (GSA) schedule for federal contracting. The detailed pricing strategy reflects the government’s approach to manage expenses efficiently while ensuring the availability of necessary expertise.
    The document outlines the clauses, terms, and conditions related to the Blanket Purchase Agreement (BPA) for the First Responder Network Authority's Nationwide Public Safety Broadband Network (NPSBN) Investment, Oversight, Engagement, and Outreach Services. It includes a comprehensive list of Federal Acquisition Regulation (FAR) clauses that are applicable, highlighting contractor responsibilities regarding definitions, whistleblower rights, personal identity verification, and payment terms. The BPA allows for the extension of services and the contract term, stipulating requirements for contractor performance assessments and the management of potential organizational conflicts of interest. Insurance coverage and security processing for contract personnel are elaborated. The document emphasizes compliance with federal laws and outlines invoicing procedures, including the use of the Department of Commerce’s Invoice Processing Platform. Through these clauses, the BPA aims to ensure fair contracting practices, contractor accountability, and the security of government information, thus serving the overarching objectives of efficient public safety broadband deployment while safeguarding the integrity of government procurement processes.
    The document outlines a Time and Materials (T&M) contract for a Network Optimization Project, scheduled to start on September 1, 2024, and end on August 31, 2025. It reports a total funding of $525,000, with a significant projected cost overruns amounting to $507,600, leading to a 96.7% variance in budget plans. As of October 31, 2024, project completion stands at only 16.5%, with actual expenditures totaling $2,845. The plan also details labor costs, with ongoing rates for project personnel, including a Project Manager, and includes specific monthly costs for labor, other direct costs (ODC), and travel expenses, cumulatively adding up to approximately $17,400. The document emphasizes strict budgeting and monitoring, noting cost deviations and tracking hours worked versus planned hours. This project reflects the importance of oversight and fiscal responsibility in government contracting, highlighting both the challenges and necessities associated with managing public funds effectively in RFPs and grants processes.
    The First Responder Network Authority is seeking to establish multiple Blanket Purchase Agreements (BPAs) for Investment, Oversight, Engagement, and Outreach Services for its Nationwide Public Safety Broadband Network (NPSBN). This small business set-aside solicitation targets administrative management and general consulting services, with a focus on offering contracts to those demonstrating relevant experience and capability for managing public safety communications. Interested vendors must submit proposals by June 2, 2025, and are evaluated based on prior experience, the qualifications of key personnel, an oral presentation, and pricing. The solicitation outlines a detailed submission timeline and structured evaluation process, indicating that technical quality is more important than price. Fund obligation occurs upon individual order execution rather than the BPA’s establishment. Additionally, contractors must adhere to specific submission formats including resumes for key personnel and presentations covering their management and staffing strategies. Overall, this RFQ emphasizes the need for high-quality expertise in supporting public safety initiatives and effective project management.
    Similar Opportunities
    R&S Basic Hardware Warranty Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Telecommunications and Information Administration (NTIA), is seeking to procure Basic Hardware Warranty Services for its FirstNet initiative. This procurement aims to ensure the reliability and maintenance of essential IT and telecom business application software, which is critical for the effective operation of telecommunications services. The services will be performed in Boulder, Colorado, and interested vendors can reach out to Alejandra Loyet at alejandra.loyet@firstnet.gov for further details. The opportunity is currently justified under a specific notice type, and additional context can be found in the attached justification document.
    Emergency Notification System (ENS)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking a contractor to provide Blackberry AtHoc Emergency Notification System (ENS) licenses and software on an uninterrupted basis. This procurement is critical to ensure the safety of CBP personnel, highlighting the importance of reliable emergency communication systems in maintaining operational readiness. The opportunity is posted as a Justification for Exception to Fair Opportunity (JEFO) in accordance with FAR 16.505(b)(2)(ii)(A), and interested parties can reach out to LaNita Calhoun at lanita.c.calhoun@cbp.dhs.gov for further details.
    Access to and Use of the CB Insights Platform
    National Science Foundation
    The National Science Foundation (NSF) is seeking to award a sole source contract to CB Information Services, Inc. for access to the CB Insights Platform, which provides critical research and analytics data on global venture capital and mergers and acquisitions. The platform must include features such as round-by-round deal data, a focus on the cleantech sector, direct data feed or API functionality, and detailed financial and investor contact information. This procurement is essential for enhancing the NSF's capabilities in analyzing market trends and investment opportunities, with a total contract value of $60,000. Interested parties can reach out to Bethany Stutler at bstutler@nsf.gov, with responses due by December 15, 2025, and the contract award anticipated on December 19, 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.
    ProjNet Bidder Inquiry Service Subscription
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.
    NTIA Broadband Fabric & Mapping Data
    Commerce, Department Of
    The Department of Commerce, specifically the Office of the Secretary, has awarded a federal contract for the NTIA Broadband Fabric & Mapping Data project to CostQuest Associates, amounting to $47,791,974.38. This procurement is focused on data collection management support, which is crucial for enhancing broadband mapping and infrastructure planning across the United States. The contract is set to be performed in Cincinnati, Ohio, and interested parties can reach out to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-482-0510 for further details. The justification for this award can be found in the attached Justification for Other than Full and Open Competition (JOFOC) document.
    National Law Enforcement Telecommunications System Membership
    Interior, Department Of The
    The Department of the Interior is seeking to establish membership in the National Law Enforcement Telecommunications System (NLETS) through a justification and approval process. This procurement aims to enhance communication capabilities among law enforcement agencies by providing access to a vital telecommunications platform that supports data sharing and operational coordination. The NLETS system plays a crucial role in facilitating inter-agency communication and information exchange, thereby improving public safety and law enforcement effectiveness. For further inquiries, interested parties can contact Jonathan Chisholm at jonathanchisholm@ibc.doi.gov.
    NATO Business Opportunity: Procurement of Ultra High Frequency (UHF) Tactical Satellite (TACSAT) Radios – Ancillaries and Installation for Static UHF TACSAT Sites
    Commerce, Department Of
    The Department of Commerce, specifically the Bureau of Industry and Security, is preparing to issue an Invitation for Bid (IFB) for the procurement of Ultra High Frequency (UHF) Tactical Satellite (TACSAT) Radios, including ancillaries and installation for static UHF TACSAT sites, as part of a NATO initiative. The project entails the design, procurement, installation, and testing of equipment for nine NATO static installations, ensuring the delivery of a fully integrated UHF communication system that is interoperable with existing NATO radio elements and meets stringent environmental and security compliance standards. This procurement is critical for enhancing NATO's communication capabilities, with the anticipated period of performance spanning from Q4 2024 to Q2 2025, and a one-year warranty and in-service support included. Interested U.S. contractors must maintain a facility in the U.S., be pre-approved for NATO International Competitive Bidding, and submit a Declaration of Eligibility by January 7, 2026, with the IFB expected to be distributed in Q1 2026. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    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.