Notice of Intent to Sole Source - Wide Area Network/Managed Trusted Internet Protocol Services (WAN/MTIPS)
ID: 2031JW25N00010Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEOFFICE OF THE COMPTROLLER OF THE CURRENCYCOMPTROLLER OF CURRENCY ACQSWASHINGTON, DC, 20219, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 20, 2025, 9:00 PM UTC
Description

The Department of the Treasury, specifically the Office of the Comptroller of the Currency, intends to award a task order for Wide Area Network/Managed Trusted Internet Protocol Services (WAN/MTIPS) under the General Services Administration's Enterprise Infrastructure Solutions contract. This procurement aims to continue existing services, ensuring seamless connectivity and secure internet protocol services essential for the department's operations. The task order is justified as a sole source award in accordance with Federal Acquisition Regulation 16.505(b)(2)(i)(C), emphasizing the critical nature of these services. Interested parties can reach out to Joseph Cooper at joseph.cooper@occ.treas.gov or call 202-815-6416 for further information.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Similar Opportunities
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.
AMEND 1- PROVIDE INSTALL AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204 AND BLDG 2310 ROOM 130, 8575 JOHN J KINGMAN ROAD, FT BELVOIR
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and Fort Belvoir. The procurement aims to enhance telecommunications infrastructure by ensuring reliable connectivity, with specific requirements including a continuous operational availability of at least 99.5% and rapid troubleshooting capabilities. This opportunity is critical for maintaining effective communication services within federal operations, and interested vendors must submit their quotes by April 17, 2025, with the service date set for July 16, 2025. For further inquiries, vendors can contact Kendal Richter or Kevin Knowles via their respective emails.
Tech Sprint Consulting Services
Buyer not available
The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking proposals for Tech Sprint Consulting Services through a combined synopsis/solicitation. The primary objective is to engage qualified vendors to provide consulting services that facilitate the execution of tech sprints with federal financial regulatory entities, advising on strategy and execution while working virtually with clients. This opportunity is significant as it aims to enhance the operational capabilities of regulatory agencies in adapting to technological advancements. Proposals are due by April 9, 2025, at 5:00 PM ET, and interested vendors should direct inquiries to Joseph Cooper at joseph.cooper@occ.treas.gov. The contract period is set from May 1, 2025, to April 30, 2026, with a total evaluated price for the base year estimated at $81,600.
Notice of Intent to Sole Source Internet Services in Greenland
Buyer not available
The U.S. Department of State intends to issue a sole source purchase order to Tusass a/s for the provision of 100 Mbps/100 Mbps internet services to support the U.S. Consulate in Nuuk, Greenland. This procurement is necessary due to the unique infrastructure requirements and regulatory constraints at the Danish Joint Arctic Command facility, where the consulate is temporarily located, as Tusass is the only provider with the necessary telecommunications infrastructure in place. The estimated total cost for this one-year contract is $26,000, and interested parties who can demonstrate the capability to meet the government's requirements must submit their capability statements by April 9, 2025, to CopenhagenProcurement@state.gov.
PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 100 MEGABIT UP AND DOWNLOAD SPEEDS AT 250 MURRAY LN SW WASHINGTON, DC 20373
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of dedicated internet service at 250 Murray Ln SW, Washington, DC, with a minimum requirement of 100 Megabit upload and download speeds. The contractor is expected to ensure the installation of a new line that does not interfere with existing services, while also providing a dynamic IP address and adhering to rapid response requirements for service outages. This procurement is critical for maintaining reliable internet connectivity within a military context, emphasizing compliance with federal regulations and technical standards. Interested vendors must submit their quotes by April 23, 2025, and can direct inquiries to Shawn Arentsen or Haley Guttersohn via their respective email addresses.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 1 GIG UP AND DOWNLOAD SPEEDS TO 1880 WILLIAM HOWARD TAFT RD, CINCINNATI, OH 45201
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 a commercial internet service with a minimum speed of 1 Gbps at 1880 William Howard Taft Rd, Cincinnati, OH 45206. The procurement requires adherence to specific technical criteria, including network diversity, a dedicated connection with 99.5% service availability, and rapid response times for outages, ensuring robust telecommunications infrastructure for government operations. Interested contractors must submit their quotes in compliance with the outlined requirements and deadlines, with the evaluation based on the lowest price technically acceptable (LPTA) criteria. 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 DEDICATED 100MB LEASE BETWEEN BLDG 500; RM 37; FL B; 246 BROWN PARKWAY, VANCE AFB, OK 73705 AND BLDG 115; RM MAINTENANCE; FL 1; 22970 STATE HIGHWAY 38; JET, OK, 73749.
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 dedicated 100MB leased telecommunications circuit between two locations in Oklahoma. This procurement aims to enhance telecommunications capabilities while ensuring compliance with federal regulations and security protocols, including specific equipment requirements and performance testing. Contractors must possess a DITCO Basic Agreement and adhere to strict formatting and compliance guidelines, with quotes due by April 21, 2025, and services expected to be operational by July 21, 2025. For further inquiries, interested parties may contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
Intent to Sole Source: Barclay Backstop Datasets
Buyer not available
The Department of the Treasury's Bureau of the Fiscal Service intends to contract with Backstop Solutions Group LLC on a sole source basis for access to the Barclay Hedges Global Enhanced and Graveyard Hedge Fund Database. The Office of Financial Research (OFR) requires comprehensive hedge fund data to assess the global hedge fund industry's total assets under management and related metrics, necessitating access to unique datasets that only Backstop can provide. This procurement is critical for regulatory and market analysis, with the contract expected to span one base year and four optional renewal years. Interested parties must submit capability statements by April 18, 2025, to purchasing@fiscal.treasury.gov, and are encouraged to demonstrate their ability to meet the OFR's specific requirements.
Network Switches for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of network switches to enhance its IT and telecom infrastructure. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to fulfill the Bureau's requirements for upgraded network capabilities, primarily involving Cisco Catalyst 9300 series switches and related components. The contract will be structured as a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeline of 90 days post-award, and emphasizes compliance with applicable Federal Acquisition Regulations to promote small business participation. Interested vendors can contact Maggie Main at maggie.main@bia.gov for further details, and must ensure their proposals are complete and submitted by the specified deadlines.
Intent to Sole Source Audit Analytics Dataset
Buyer not available
The Department of the Treasury, specifically the Bureau of Fiscal Service, intends to contract with IVES Group, Inc. for the provision of Audit Analytics Datasets on a sole source basis. The datasets are essential for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) to assess risks and controls in financial reporting, featuring critical elements such as audit fees, auditor changes, and financial restatements. This procurement is vital for the OFR's mission to deliver annual assessments of the U.S. financial system as mandated by the Dodd-Frank Act. Interested parties must submit their responses by April 24, 2025, demonstrating their capability to meet the requirements, with the total estimated value of the contract remaining below the simplified acquisition threshold. For further inquiries, contact April Rinehart at purchasing@fiscal.treasury.gov or by phone at 304-480-8472.