Bldg 501 Internet Services
ID: W9124D25QA104Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking contractors to provide managed Internet services for Building 501 at Fort Knox, Kentucky. The contractor will be responsible for delivering dedicated wired Internet connectivity of up to 500 Mbps to support 224 rooms, ensuring 24/7 service availability, compliance with performance standards, and adherence to security protocols. This initiative is crucial for enhancing capabilities related to Cadet Summer Training and Cadre Facility Development. Interested parties should contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@army.mil, with proposals due by April 24, 2025, following the recent amendments to the solicitation.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 7:12 PM UTC
The Performance Work Statement (PWS) details a contract to provide managed wired commercial Internet services for Building 501, Fort Knox, KY. The contractor is responsible for all necessary resources to deliver dedicated services of up to 500 Mbps, including internet connectivity for 224 rooms and managed router services. Key objectives include maintaining compliance with performance standards, with acceptable limits of discrepancies. The contract mandates 24/7 service availability, regular technician dispatch for issues, and effective communication of problems to the Contracting Officer's Representative (COR) within specified timeframes. The contractor must comply with security protocols for installation access and must safeguard government property and data. Quality assurance measures will be enforced to ensure contractor performance aligns with established standards, monitored via a Quality Assurance Surveillance Plan (QASP). The contract type is firm-fixed price, and all materials produced under this agreement will belong to the government. The PWS outlines specific tasks, responsibilities, and compliance standards, emphasizing the government's commitment to maintaining high-quality service in support of Cadet Summer Training and Cadre Facility Development initiatives.
The document outlines a Request for Proposals (RFP) related to providing wired commercial internet services for a government facility at Fort Knox, KY, building 501. It addresses multiple inquiries from potential contractors regarding previous contracts, the technical specifications of the internet service required, and logistical details about existing infrastructure. Key clarifications include that the project is not new; the previous contract is referenced (W9124D24P0208), and a comprehensive wired service, without any wireless components, is being sought. The need for patch cables, additional switches, and a wireless network has been eliminated in the revised Performance Work Statement (PWS). Contractors are expected to independently manage the installation while ensuring connectivity to existing government infrastructure. The document also resolves discrepancies in the described locations for service provision and asserts that the contractor must provide their own network paths into the facility. Overall, the RFP emphasizes a streamlined approach to obtaining wired internet services without the complexities of wireless or additional hardware management, driven by a tight timeline for implementation aligned with Cadet Summer Training schedules.
The document outlines the requirements and details for a Women-Owned Small Business (WOSB) solicitation for a contract to provide managed internet services at Building 501, Fort Knox, Kentucky. The contract spans from April 21, 2025, to April 20, 2026, with potential options for three additional years. The contractor is responsible for providing service to 224 rooms, specifically 112 two-room suites, as detailed in the Performance Work Statement. Key elements include a fixed pricing arrangement, the necessity for contractors to comply with various regulations and clauses, and the requirement for military security and quality assurance during the service delivery. Additionally, the contractor must utilize the Wide Area Workflow (WAWF) system for payment requests and adhere to federal and state mandates regarding contracting and performance standards. This RFP illustrates the federal government's commitment to engage women-owned businesses in providing essential services while ensuring compliance with legal and administrative protocols.
The document is an amendment to a federal solicitation, specifically extending the response deadline for offers by one week to April 24, 2025. It includes instructions for offerors on how to acknowledge the amendment and modify their submissions if needed. The amendment also revises the Performance Work Statement (PWS) and provides responses to industry questions, with these responses available on SAM.gov. Key changes include the replacement of the previous PWS with a revised version dated April 17, 2025, and an update to the list of contract documents. The document emphasizes that all existing terms and conditions remain unchanged unless explicitly modified by the amendment. The structured format includes sections for item descriptions and administrative details, maintaining clarity and compliance with federal regulations for contract modifications.
This document serves as an amendment to a solicitation, extending the deadline for offers and providing instructions on how to acknowledge receipt of the amendment. It specifies that offers must be submitted in response to the updated solicitation or amended terms. Additionally, it outlines modifications to existing contracts, particularly in terms of the Period of Performance (POP) for various contract line items (CLINs). Each specified line item has had its performance dates adjusted to begin on May 1st and end on April 30th for each subsequent year, thus standardizing the contract duration. This amendment ensures clarity in timelines and contractual obligations for both contractors and the government. The amendment is signed by relevant officials to affirm the changes and maintain transparency in the contracting process.
Apr 23, 2025, 7:12 PM UTC
The Performance Work Statement (PWS) outlines a contract for the installation and management of Internet services at Building 501, Fort Knox, KY. This non-personal service contract requires the contractor to provide all necessary personnel, tools, and equipment to ensure proper installation, offering a dedicated Internet service of up to 500 Mbps throughout the facility. The contractor's tasks include installing networking switches, connecting patch cables, and launching a user-accessible splash page with content filtering. The contractor is responsible for maintaining continuous service, operating 24/7, and ensuring adherence to quality standards and security protocols. Regular reporting of performance issues is mandatory, with specific metrics for compliance rates established. Additionally, the PWS emphasizes the importance of physical and operational security for contractor personnel and mandates participation in security training. Throughout the contract period, accurate record-keeping, timely assessments, and responsiveness to service issues are critical to meet the government’s operational needs. This initiative aims to enhance capabilities for Cadet Summer Training and Cadre Facility Development by providing robust managed Internet connectivity.
Apr 23, 2025, 7:12 PM UTC
The document details Wage Determination No. 2015-4681, issued by the U.S. Department of Labor, outlining minimum wage and fringe benefit requirements under the Service Contract Act for specific occupations in Kentucky. It specifies the minimum hourly wage rates that contractors must adhere to for different job classifications based on associated executive orders. For contracts starting or renewed after January 30, 2022, the minimum wage is $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document provides a comprehensive wage chart for various occupational titles, including clerical, automotive, medical, technical, and maintenance roles, each with specific pay rates. Furthermore, it emphasizes employee benefits such as health and welfare allowances, vacation, and holiday entitlements, in accordance with current labor regulations. Additional notes clarify the necessity for contractors to provide paid sick leave and reimbursement for uniform expenses. The wage determination aims to ensure fair compensation and worker protections for federal contract employees, outlining compliance responsibilities for contractors operating within specifically defined guidelines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FY25 Commercial Internet/Leased Fiber/TV Cable
Buyer not available
The Department of Defense, specifically the Kansas Army National Guard, is seeking contractors to provide Commercial Internet, Television, and Direct Leased Fiber Services for various government facilities. The contract will span one base year with four optional years, requiring 24/7 uninterrupted service, including during emergencies, and adherence to stringent quality control and security protocols. These services are vital for maintaining effective government communications and ensuring compliance with applicable regulations. Interested parties should contact Kristy Rubio at kristy.a.rubio.civ@army.mil or Vernon L. Verschelden at vernon.l.verschelden.civ@army.mil, with the total estimated contract value being up to $600,000 over its duration.
Local Exchange Services for Fort Knox, KY.
Buyer not available
The Department of Defense, specifically the Army, is soliciting quotes for local exchange services at Fort Knox, Kentucky, under solicitation number W91RUS25Q0015. The procurement aims to secure local voice and data circuits, including emergency E911 services and operator assistance, essential for government operations. The selected contractor will be responsible for providing all necessary facilities, equipment, and maintenance, ensuring compliance with safety and regulatory standards, and managing service outages effectively. Interested parties must submit their quotations, including a detailed technical solution and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. This acquisition is not set aside for small businesses, and the performance period includes a base year and four option years.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 1 GIG UP AND DOWNLOAD SPEEDS TO 1858 WILLIAM H TAFT RD, CINCINNATI, OH 45206
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified contractors to provide, install, and maintain a high-speed commercial internet service with a minimum bandwidth of 1 Gbps for both upload and download speeds at 1858 William H Taft Rd, Cincinnati, OH 45206. The procurement emphasizes the need for adherence to specific technical requirements, including network diversity, 24/7 monitoring, and strict response times for service impairments, while prohibiting the use of satellite links. This service is critical for ensuring reliable telecommunications support for defense operations. Interested contractors must submit their quotes by May 23, 2025, with services expected to commence on June 23, 2025. For further inquiries, contact Haley Guttersohn at haley.l.guttersohn.civ@mail.mil or Amanda Romanitis at amanda.m.romanitis.civ@mail.mil.
Cable TV, Wired and Wireless Internet for Fort Drum, NY
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for Cable TV and Wired and Wireless Internet Service on Fort Drum, NY. This service is typically used to provide communication and entertainment options to military personnel stationed at Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 517111. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 1 GIG UP AND DOWNLOAD SPEEDS TO 1858 WILLIAM H TAFT RD, CINCINNATI, OH 45206
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 commercial internet service with a minimum speed of 1 Gbps at 1858 William H Taft Rd, Cincinnati, OH. The procurement requires contractors to ensure service availability of 99.5% or better, with strict response times for outages, and to monitor the service 24/7 while adhering to government regulations and technical standards. This opportunity is set aside for small businesses under the NAICS code 517121, with quotes due by May 22, 2025, and a targeted service commencement date of June 19, 2025. Interested contractors can reach out to Shawn Arentsen or Amanda Romanitis via email for further inquiries.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 200MB UP AND DOWNLOAD SPEEDS TO 168 KINGS RD. PALM BEACH, FL 33480
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain commercial internet service at 136 Kings Rd., Palm Beach, FL, with a minimum speed requirement of 200MB for both upload and download. The procurement emphasizes the need for reliable telecommunications infrastructure, ensuring 99.5% service availability and rapid response times for outages, while avoiding satellite links and adhering to strict technical acceptability criteria. Interested contractors must submit their quotes by May 12, 2025, with the service commencement date set for June 27, 2025. For further inquiries, potential bidders can contact Shawn Arentsen or Amanda Romanitis via email at shawn.m.arentsen.civ@mail.mil and amanda.m.romanitis.civ@mail.mil, respectively.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 1 GIG UP AND DOWNLOAD SPEEDS TO 1858 WILLIAM H TAFT RD, CINCINNATI, OH 45206
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain commercial internet service at 1858 William H Taft Rd, Cincinnati, OH. The required service must deliver a minimum of 1 Gigabit upload and download speeds, ensuring 99.5% uptime and a 30-minute response time for outages, while avoiding satellite links and maintaining current services during installation. This procurement is critical for enhancing telecommunications capabilities and operational effectiveness, with submissions due via an integrated system by the specified deadline. Interested contractors can reach out to Shawn Arentsen or Amanda Romanitis via email for further details.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 1 GIG UP AND DOWNLOAD SPEEDS TO 1858 WILLIAM H TAFT RD, CINCINNATI, OH 45206
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals from qualified small businesses to provide, install, and maintain commercial internet service with a minimum speed of 1 Gigabit at 1858 William H Taft Rd, Cincinnati, OH 45206. The procurement emphasizes the need for network diversity, high service availability with a 99.5% uptime, and defined response times for outages, ensuring that the installation of new lines does not disrupt existing services. This opportunity highlights the government's commitment to reliable telecommunications infrastructure, aligning with federal acquisition guidelines. Interested contractors must submit their quotes in compliance with the solicitation requirements, and can reach out to primary contact Haley Guttersohn at haley.l.guttersohn.civ@mail.mil or secondary contact Amanda Romanitis at amanda.m.romanitis.civ@mail.mil for further information.
FY26 Ft. Campbell UEPH Barracks - Fort Campbell, KY
Buyer not available
The Department of Defense, through the Department of the Army, is conducting a market survey for the construction of a barracks at Fort Campbell, Kentucky, designed to accommodate 312 unaccompanied enlisted personnel. The project involves constructing a standard design barracks with various facilities, including living quarters, baths, and service areas, while also incorporating essential systems for fire protection, energy monitoring, and antiterrorism measures. This opportunity is significant for small businesses, particularly those certified as HUBZone, 8(a), Woman-Owned, or Service-Disabled Veteran Owned, as the government aims to determine interest for potential set-asides. Interested firms must respond by May 5, 2025, with a detailed submission that includes company verification, project experience, and bonding documentation, and can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil for further information. The estimated contract value ranges from $100 million to $250 million, with a duration of approximately 730 calendar days.
JBSA Lackland Library Internet Services
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of wireless commercial internet services at the JBSA Lackland Library located in Texas. The contractor will be responsible for all aspects of the project, including the assembly, installation, and monthly service of the internet system, as well as circuit testing and troubleshooting. This project is critical for ensuring reliable internet access within the library's 18,000 square feet, and the contractor must develop a Heat Map to determine the optimal placement of Wireless Access Points. Interested contractors should note that they are responsible for supplying all necessary patch cables and equipment to extend the circuit from the Base Commercial Demarc at Building 5100 to Building 6114, as the government will not provide this infrastructure. For further inquiries, potential bidders can contact Eric Brittine at eric.brittine@us.af.mil or Venetia Shaw at venetia.shaw.2@us.af.mil.