Dutch Harbor Cable Television Services - Notice of Contract Action
ID: 20270PR250000066Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE KODIAK(00045)KODIAK, AK, 99619, USA

NAICS

Media Streaming Distribution Services, Social Networks, and Other Media Networks and Content Providers (516210)

PSC

UTILITIES- OTHER (S119)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for commercial cable television services at two residential units in Dutch Harbor, Alaska. The contract, which will be awarded to Telealaska (Fastwyre), is essential for providing basic cable services to deployed crew members residing in berthing facilities, with a performance period from May 1, 2025, through April 30, 2028, if all options are exercised. This procurement is critical as Telealaska is currently the only provider with the necessary infrastructure to deliver these services in the area, and the government will continue to explore other potential sources for future requirements. Interested organizations may submit their capabilities and qualifications to the primary contact, SK2 Alera Nash, at alera.d.nash@uscg.mil by January 31, 2025, at 1:00 p.m. Alaska time.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Dept Of Defense
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    INVESTIGATION SERVICES AND TECHNICAL EQUIPMENT MAINTENANCE IN ALASKA
    Federal Communications Commission
    The Federal Communications Commission (FCC) intends to award a single-source, firm fixed-price contract for investigation services and technical equipment maintenance in Alaska to Waterford Consultants LLC. The contractor will provide ongoing investigative services through the Enforcement Bureau, which are critical for maintaining regulatory compliance and oversight in the telecommunications sector. This contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), with an anticipated award date of January 1, 2025. Interested parties must submit their capability documentation to Teresa Dailey at teresa.dailey@fcc.gov by the specified response date, ensuring they have active registrations with SAM.gov and IPP.gov.
    Sole Source; Tank, Mixed Resin & Filters
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Drew Marine USA Inc. for the procurement of tank mixed resin and water and fluid filters. This procurement is essential as Drew Marine USA Inc. is the original equipment manufacturer (OEM) and possesses the proprietary knowledge and specialized capabilities necessary to meet the Coast Guard's requirements, ensuring compatibility and performance. Interested parties who believe they can fulfill these requirements may submit a capability statement to Chad Ball at chad.a.ball@uscg.mil by the specified deadline, although this notice is not a request for competitive proposals. The procurement is being conducted under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can satisfy the agency's needs.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    USCGC HEALY SULZER ADVANCED ENGINE TRAINING
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to Wartsila North America Inc. for the provision of Advanced Engine Maintenance Training for the USCGC HEALY. This specialized training, designated as course code 501425, is crucial for ensuring the proper operation and maintenance of the vessel, particularly during deployments in Arctic regions, and will be conducted over five days from March 16 to March 20, 2026, in Fort Lauderdale, Florida. Interested parties may submit inquiries or demonstrate their capability to compete by December 18, 2025, at 8:00 AM Pacific Time, to Ms. Donna O'Neal via email at donna.j.oneal@uscg.mil, although the decision to pursue competitive procurement remains at the Government's discretion.
    Cox Transport Circuits
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    J&A - Only One Source - Unplanned USCG STA BARNEGAT LIGHT (47222) Dry-dock repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure dry-dock repairs for the STA BARNEGAT LIGHT (47222) vessel, which sustained significant damage during search and rescue operations. The repairs are critical as the vessel is a 47C class ship that has recently undergone a Service Life Extension Program (SLEP), and due to ongoing SLEP activities, Birdon America Inc. is the only vendor capable of performing the necessary repairs, as they currently hold the technical data. Interested parties can reach out to Mark Cap at Mark.Cap@uscg.mil or 410-762-6958, or Janet M Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353 for further information regarding this opportunity.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCG Cloud Computing (Sole Source)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor support for a sole source contract focused on cloud computing services. The primary objective is to integrate, sustain, and develop the Coast Guard Intelligence Enterprise (CGIE), which includes the Intelligence Data Service and Cloud Support Services for the U.S. Coast Guard's Intelligence Coordination Center and the Intelligence Information Systems Processing Center (I2SPC). This initiative is crucial for maintaining a central repository of data and enhancing the overall system infrastructure and data management capabilities. Interested parties can reach out to Nakia G. Shaw at nakia.g.shaw@uscg.mil or Joshua Raheem at joshua.raheem@uscg.mil for further details, noting that this contract is not set aside for small businesses and is expected to last for six months.