B18001 Commercial Wifi
ID: FA524025Q3001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for commercial Wi-Fi services at Building 18001, Andersen Air Force Base, Guam. This procurement is exclusively set aside for small businesses and requires the provision of high-speed wireless internet with a minimum sustained bandwidth of 150 Mbps for downloads and 8 Mbps for uploads, ensuring full coverage in designated areas. The contract includes a base period of 12 months with four optional extensions, totaling up to five years, emphasizing the importance of reliable telecommunications services for military operations. Interested vendors must submit their quotes by March 17, 2025, and are encouraged to attend an optional site visit on March 6, 2025. For further inquiries, vendors can contact Ethan Langas at ethan.langas.1@us.af.mil or TSgt Clayton Petrie at clayton.petrie@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for providing commercial Wi-Fi services at Building 18001's Main and Engineering Conference Rooms under the 36 CES. The contractor is responsible for delivering a high-speed, unlimited data wireless internet connection, with a minimum sustained bandwidth of 150 Mbps for downloads and 8 Mbps for uploads, ensuring full coverage at all times. Installation technicians are restricted from altering existing infrastructure without approval and must coordinate scheduled outages with designated technical points of contact at least a week in advance. Security measures include maintaining an employee access list, obtaining necessary identification passes, and compliance with military regulations while on the base. The contractor is also required to report any security threats and ensure the safeguarding of government property. In addition, the contractor must designate a contract manager and ensure all employees are qualified for their roles. Any performance delays must be communicated immediately, and any requested changes in cost need prior approval from the Contracting Officer. This document highlights essential services vital for military operations, emphasizing service continuity even during crises, and ensuring adherence to safety and security standards within the Department of Defense.
    The document outlines the clauses and provisions relevant to a federal government Request for Proposals (RFP), emphasizing compliance requirements for contractors working with the Department of Defense (DoD). It includes clauses related to the compensation of former DoD officials, whistleblower rights, safeguarding defense information, and requirements regarding telecommunications services. Key clauses such as those referencing the prohibition of engagements with certain regimes, electronic payment submissions, and representations for small business eligibility are highlighted. The document also establishes specific instructions for the evaluation of offers, outlines the contractor's obligations concerning access to facilities, and requirements for reporting on greenhouse gas emissions. Overall, the document serves as a comprehensive framework intending to ensure integrity, compliance, and accountability in government contracting processes, facilitating adherence to pertinent regulations while promoting transparency and ethical standards.
    The government document outlines the organizational structure and content of Site Map 18001, which serves as a framework for various federal, state, and local Requests for Proposals (RFPs) and grants. The main purpose of the site map is to guide stakeholders in navigating available resources and information related to grants and RFPs, facilitating access to essential tools for procurement, project funding, and partnership development. Key sections of the site map may include topics such as eligibility requirements, application procedures, funding opportunities, and project guidelines. Additionally, it emphasizes compliance with federal and state regulations as well as best practices for submitting proposals. The information provided through Site Map 18001 is critical for organizations seeking federal assistance or aiming to participate in government contracting initiatives, underscoring its role in enhancing transparency and accessibility in public procurement processes.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor for contracts in Guam, Northern Marianas, and Wake Island effective for 2025. It provides a comprehensive list of applicable wage rates for various occupations, ensuring compliance with Executive Order 14026, which mandates a minimum wage of $17.75 per hour for covered workers. This wage determination also includes details on fringe benefits such as health and welfare, vacation policies, and holiday entitlements. Workers' classifications are specified, along with the requirements for contractor obligations concerning wages and benefits. Additional resources guide contractors on the conformance process for unlisted job classifications. Overall, this document serves as a crucial resource for federal contractors, ensuring fair compensation and compliance with labor standards for government-funded projects.
    The Department of the Air Force, through the 36th Contracting Squadron, has issued a Request for Quotes (RFQ) for wireless internet services at Andersen Air Force Base’s Building 18001. This procurement is set aside exclusively for small businesses, with a NAICS code of 517112 and a size standard of 1,500 employees. The contract includes a base period of 12 months and four optional extension periods, totaling up to five years of service. Interested vendors must submit quotes by March 17, 2025, and are encouraged to attend an optional site visit on March 6, 2025, to assess local conditions. All proposals must comply with federal acquisition regulations and include new equipment only, with warranties specified. Evaluations will focus on price and the ability to meet delivery specifications, with the government retaining the right to award contracts without further discussion. Invoicing will occur through the Wide Area Workflow system, and vendors must be registered in the System for Award Management. This RFQ underscores the government’s goal to secure essential telecommunications services while supporting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    B18001 Commercial Wifi
    Currently viewing
    Solicitation
    Similar Opportunities
    RFQ - 36 WG Giant Voice System - Cable Relocation (GUAM)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the relocation of the Giant Voice System cable at Andersen Air Force Base in Guam. The primary objective of this procurement is to reroute the RF antenna connection cables through a conduit, ensuring proper grounding and functionality while adhering to safety regulations. This project is critical for maintaining operational infrastructure, as the Giant Voice System is essential for communication during emergencies. Interested small businesses must submit their quotes by February 14, 2025, and are encouraged to attend a pre-proposal site visit on February 7, 2025, to familiarize themselves with the project site. For further inquiries, potential bidders can contact Crystal Pryde at crystal.pryde.1@us.af.mil or Elena Gifford at elena.gifford.1@us.af.mil.
    PROVIDE, INSTALL AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 6 MEGABIT UP AND DOWNLOAD SPEEDS AT BUILDING 2, 3701 MACINTOSH DRIVE, WARRENTON, VA 20187.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an internet service with a minimum speed of 6 megabits per second at Building 2, 3701 Macintosh Drive, Warrenton, VA. The procurement requires the installation of a new line that does not interfere with existing services, a 30-minute emergency response goal for service outages, and 24/7 monitoring capabilities by the vendor. This internet service is critical for ensuring reliable communication and operational efficiency at the facility. Interested contractors must submit their quotes by March 19, 2025, at 4:00 PM, and are encouraged to include all necessary documentation for technical compliance; inquiries can be directed to Shawn Arentsen or Emily Etter via their provided email addresses.
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE, BTN: A. (BLDG) MISSION POINT; (RM) 340; (FL) 3; 2601 MISSION POINT BLD; DAYTON, OH, 45431/CCI, AND B. (BLDG) 20676; (RM) 201, 2ND FLR; 2435 5TH STREET, WRIGHT PATTERSON AFB, OH 45433-50611/CCI
    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 1GB Ethernet service at two locations in Dayton, Ohio. Contractors must comply with extensive testing and acceptance criteria, ensuring adherence to federal telecommunications standards and specific performance metrics. This telecommunications service is crucial for supporting government operations, emphasizing the need for timely and reliable service delivery. Interested contractors should note that the quote submission deadline is March 26, 2025, with a service activation date set for July 24, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 50MB ETHERNET SERVICE BETWEEN: A. BLDG 291, ROOM 210B, 80 TRUMAN AVENUE, NAS TRUMAN ANNEX, KEY WEST, FL 33040-9051/CCI, AND B. (BLDGE) A4082; (RM) 117; 1 FL; A4082 INTREPID STREET; KEY WEST NAS, FL 33040/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 50MB Ethernet service between two specified buildings at NAS Truman Annex in Key West, Florida. The procurement aims to enhance telecommunications capabilities, ensuring compliance with federal standards for reliability and performance. Contractors will be responsible for installation, testing, and adherence to technical requirements, with the contract awarded based on the lowest priced technically acceptable proposal. Interested parties must submit their quotes by March 31, 2025, with the service required to be operational by July 27, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.mil.
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit (MTU) of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This procurement is critical for enhancing telecommunications capabilities within the military infrastructure, ensuring reliable and efficient communication services. Interested contractors must submit their quotes by October 21, 2024, and are encouraged to engage in pre-award site surveys to ensure compliance with all technical specifications and requirements. For further inquiries, contractors can contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A PT TO PT 1GB ETHERNET ACCESS BETWEEN THE COMMERCIAL DEMARC AT 725 17TH STREET NW, ROOM SB235; WASHINGTON, DC, 20503 AND THE PENTAGON, ROOM 1B488 (SOUTH POP), 6607 ARMY DRIVE, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of point-to-point 1GB Ethernet access between two critical locations in Washington, DC. The procurement aims to ensure reliable and efficient telecommunications services, with a strict compliance to technical specifications, including interface requirements and testing protocols to validate network performance. This initiative underscores the government's commitment to maintaining infrastructure integrity and operational efficiency, while also emphasizing a total small business set-aside to encourage participation from smaller contractors. Interested vendors must submit their detailed quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by April 7, 2025, with a service commencement date targeted for July 7, 2025. For further inquiries, potential bidders can contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    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 new 1GB Ethernet commercial lease between two specific locations in Bremerton, Washington. Contractors are required to meet stringent technical specifications, including demonstrating end-to-end physical diversity in infrastructure and providing detailed drawings of proposed routes, with a service delivery deadline set for May 2, 2025. This procurement underscores the government's commitment to enhancing telecommunications infrastructure within federal facilities, ensuring compliance with federal regulations and security measures. Interested contractors must submit their proposals by March 20, 2025, and can reach out to primary contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil for further inquiries.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, 1 BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between the Naval Hospital Bremerton and a basement facility in Bremerton, Washington. Contractors are required to meet specific technical requirements, including ensuring a minimum physical separation of 50 meters from related inquiries and conducting thorough site surveys at their own expense prior to bidding. This procurement is crucial for enhancing telecommunications infrastructure within federal operations, emphasizing compliance with telecommunications regulations and technical precision. Interested contractors must submit their detailed proposals by March 20, 2025, with the service date set for May 2, 2025; for further inquiries, contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    Amend HC101324QA256-0001: SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE BETWEEN SAN DIEGO, CA 92101 AND PALMDALE, CA, 93550
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet service between San Diego, CA, and Palmdale, CA. The procurement aims to secure reliable telecommunications services critical for government operations, with a service life modified to 60 months and a new service start date set for April 18, 2025. Interested contractors must submit their proposals by January 2, 2025, adhering to specific technical requirements and compliance standards, with the evaluation process focusing on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contractors can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.