Intent to Award Single Source BPA To Charter Communications Operating, LLC
ID: W911S223UCATVType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    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.
    Notice of Intent to Sole Source - Cable TV and Internet Services
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with Comcast of Maryland Limited Partnership for the continued provision of cable TV and internet services. This procurement is necessary to avoid service interruptions and additional infrastructure requirements that would arise if another provider were selected, as Comcast has already established the necessary infrastructure at the agency's sites. The contract will cover a base period of one year, with four optional one-year extensions, and will be awarded under the authority of FAR 13.106-1(b) and 41 U.S.C. 3304(b)(2)(B). Interested parties may submit a capability statement by 10 AM Eastern Time on December 8, 2025, to the primary contact, Lydia Glasgow, at lglasgow@cpsc.gov, or the secondary contact, Ankur Patel, at apatel@cpsc.gov.
    DirectTV BPA
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for a five-year Blanket Purchase Agreement (BPA) to provide DirecTV services and supplies for its Carderock and Olney locations. The procurement includes the provision of satellite dishes, receivers, remote controls, cables, multi-switches, amplifiers, and specific DirecTV service packages, along with routine maintenance and installation services. This BPA is crucial for maintaining the existing infrastructure that is exclusively compatible with DirecTV, ensuring uninterrupted service and operational efficiency. Interested small businesses must submit their quotes by 12:00 PM EST on December 5, 2025, with a maximum ceiling of $349,000 for the BPA. For further inquiries, contractors can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners to DRS Signal Solutions, Inc. of Frederick, Maryland. This procurement is necessary to fulfill specific agency requirements that can only be met by this single source, as no other supplies or services are deemed adequate. The goods are critical for radio and television broadcasting and wireless communications, aligning with the NRL's operational needs. Interested parties may express their capability to meet this requirement, but the government retains discretion over whether to pursue competitive procurement. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301273048.
    Fence Repair BPA Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Supply Blanket Purchase Agreement (Hardware)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Notice of Intent to Sole Source - Satellite Air Time
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to issue a sole source contract to Skymira LLC for the procurement of satellite airtime services essential for GPS tracking devices used by CBP officers. This contract will cover the provision of one hundred and twenty (120) ISAT DataPro plans and activations, which are critical for maintaining an uninterrupted connection for tracking and intelligence gathering operations. The period of performance for this contract is set from October 1, 2025, to September 30, 2026, at March Air Reserve Base in California, with security protocols requiring escorted access to the military installation. Interested contractors who believe they can meet the requirements are encouraged to contact the primary contact, Nykia Warren, via email at nykia.warren@cbp.dhs.gov, by the specified response date.
    Overhead Door Repair/Replace for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.