Commercial High-Speed Internet Service Provider (CISP) Services
ID: F5BFLG4178AW01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8101 AFSC PZIOATINKER AFB, OK, 73145-9125, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

MILITARY CHEMICAL AGENTS (1365)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Commercial High-Speed Internet Service Provider (CISP) services at Tinker Air Force Base in Oklahoma. The contract requires the delivery of a minimum bandwidth of 2 Gbps, with the potential to increase to 6 Gbps, ensuring 99.9% coverage availability across designated locations on the base. This procurement is critical for maintaining operational efficiency and connectivity at the base, with a contract term of 36 months and an option for an additional year. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should contact Donald Wallar at donald.wallar@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for providing Commercial High-Speed Internet Service Provider (CISP) services to Tinker Air Force Base (TAFB), Oklahoma. The contractor is required to deliver a minimum bandwidth of 2 Gbps with potential increases to 6 Gbps, ensuring 99.9% coverage availability throughout designated locations on the base. Key responsibilities include submitting monthly invoices, coordinating with authorized representatives, and maintaining high service quality with limited customer complaints. Services are to be performed during standard business hours, with provisions for emergency response and adherence to base security protocols. Contractors must ensure personnel comply with safety regulations, identification requirements, and environmental standards, including restrictions on hazardous materials. Additionally, the document specifies inspection processes and the non-provision of government property for the contractor's use. Overall, this PWS emphasizes the requirement for reliable, high-capacity internet services while maintaining rigorous compliance with safety, security, and operational standards at Tinker AFB.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Session Initiation Protocol (SIP) Circuit Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Session Initiation Protocol (SIP) trunks to replace existing Primary Rate Interface trunks at Altus Air Force Base in Oklahoma. The procurement aims to facilitate commercial local and long-distance calls for the base, with the intent to award the contract to AT&T, the only source capable of providing the necessary fiber optic infrastructure. Interested vendors are required to submit a capability statement by September 27, 2023, at 11:00 AM CST, detailing their technical and cost capabilities, with submissions directed to the primary contacts, Katharine Lewis and Kelsey L. Brightbill, via email. The contract is set to commence on October 1, 2024, and will include a five-year period for the contractor to engineer, furnish, install, and test the required services, ensuring compliance with federal standards and regulations.
    Peterson SFB Wifi Services
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking qualified vendors to establish one or more Blanket Purchase Agreements (BPAs) for commercial WiFi services at Peterson Space Force Base (SFB) in Colorado. Vendors must demonstrate their capability to provide comprehensive internet access, including various service tiers ranging from 1MB to 1GB, along with customer support, maintenance, and adherence to specific installation protocols. This procurement is crucial for ensuring reliable communication infrastructure at the military installation, with a response deadline set for August 16, 2029. Interested parties should contact Contracting Officer Jake Hluska at james.hluska@spaceforce.mil for further details.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    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 new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    PROVIDE, INSTALL AND MAINTAIN A 50MB SERVICE AT 650 FLORIDA AVE, TYNDALL AFB (PORT SAINT JOE), FL 32403
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 50MB telecommunications service at Tyndall Air Force Base, located at 650 Florida Ave, Port Saint Joe, FL. The procurement requires contractors to ensure a service availability of 99.5% or higher, with stringent conditions for response and restoration times for outages, while avoiding the use of satellite links and providing 24/7 monitoring capabilities. This opportunity is critical for maintaining robust telecommunications infrastructure, reflecting the government's commitment to high operational standards and compliance with federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can contact Shawn Arentsen or Amanda Romanitis via email for further information.
    Building 501 Internet Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for managed Internet services to support Building 501 at Fort Knox, Kentucky. The contractor will be responsible for the installation and management of high-speed fiber internet services, ensuring a bandwidth of up to 500 Mbps, with a contract duration from September 29, 2024, to March 28, 2025, and options for annual extensions for up to four additional years. This procurement is crucial for providing reliable internet connectivity to support Cadet Summer Training and Cadre Facility Development. Interested small businesses must submit their quotes electronically by September 23, 2024, at 10:00 AM ET, and can direct inquiries to Andrea Skilinski at andrea.m.skilinski.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    Telecom SIP for Local & Long-Distance Calls
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a contract to provide Session Initiation Protocol (SIP) services for local and long-distance calling capabilities at Tyndall Air Force Base (AFB), Florida. The objective is to transition from outdated Low-Speed Time-Division Multiplexing (LSTDM) systems to advanced SIP technology, enhancing communication capabilities for the 325th Communications Squadron and tenant units, with full service expected to be operational by March 1, 2025. This procurement is critical for ensuring reliable telecommunications infrastructure and compliance with federal standards, with a contract type anticipated to be Firm Fixed Price (FFP) and a service period extending from March 1, 2025, to February 28, 2030, including options for renewal. Interested vendors must submit their qualifications and relevant contract information to SSgt Rebecca Cudjoe or Ms. Deborah Williams by 14:00 CST on September 19, 2024.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEEN BLDG 64, ROOM 6, 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191 FOR 60 MONTHS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting two locations: Building 64, Room 6 at Creech Air Force Base (AFB) in Indian Springs, NV, and Building P6, Network Room at Nellis AFB in Las Vegas, NV, for a duration of 60 months. This procurement aims to enhance telecommunications capabilities, ensuring reliable data transmission between critical military installations. The solicitation is structured as a request for quote (RFQ), with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes, which should detail monthly and non-recurring charges, by the specified due date, and can direct inquiries to Jennifer Voss or Angelina Hutson via their provided email addresses.