WPAFB Commercial Internet and Cable Television (CATV) Services
ID:  FA860125R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

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

    The Department of Defense, specifically the Air Force, is seeking proposals from small businesses for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed-Price contract that includes tiered internet services with minimum speed requirements and CATV services offering multiple programming options, essential for supporting military operations and maintaining quality of life on the base. Interested vendors must submit their proposals by March 3, 2025, with all submissions adhering to specific formatting and evaluation criteria outlined in the solicitation documents. For further inquiries, potential offerors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a combined synopsis/solicitation (FA860125R0005) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed-Price contract to provide commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB). The solicitation adheres to Federal Acquisition Regulations (FAR) for commercial item procurement and requires proposals from small businesses. There are specific evaluation criteria for proposals based on technical capability and total evaluated price, with a closing date for submissions on February 20, 2025. The solicitation includes detailed information regarding the required services, including various broadband and CATV service tiers as outlined in the Performance Work Statement (PWS). Offerors must comply with registration in the System for Award Management (SAM) and maintain this registration through the contract's duration. The Government reserves the right to award the contract based solely on the proposals received without any discussions. This procurement aims to ensure efficient delivery of communication services in support of military operations while promoting small business participation in federal contracts.
    The Performance Work Statement (PWS) outlines the provision of commercial internet and cable television (CATV) services for Wright-Patterson Air Force Base (WPAFB). The contractor is responsible for all necessary personnel, equipment, and services, ensuring continuous support for operations within designated facilities. The contract spans one base year with four optional renewal years, focusing on ensuring 99% uptime for internet services across multiple speed tiers, ranging from modest broadband to ultra-high-speed dedicated fiber links. The PWS also details responsibilities regarding service requests, repair timelines, quality assurance standards, and physical security measures. It outlines specific internet and CATV service tiers, mandatory reporting requirements, and procedures for managing cable damages and maintenance issues. Additional provisions include a government-furnished property clause, guidelines for safety procedures, and a focus on maintaining service integrity. The overarching goal of this document is to ensure reliable and high-quality service delivery to WPAFB, adhering to government standards while allowing for future technological adaptations. This emphasizes the importance of contractor accountability and the structured framework necessary for effective operational management under federal contract regulations.
    The Performance Work Statement (PWS) outlines the requirements for a non-personnel services contract to provide commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The contractor must furnish all necessary personnel, equipment, and services for effective delivery. The contract spans one base year with four additional option years, and operates under an Indefinite Delivery Indefinite Quantity (IDIQ) format with firm fixed price task orders. Key components include tiered internet services with minimum speed requirements and 99% uptime, as well as CATV services offering multiple programming tiers. The contractor is obligated to respond to service requests and repair issues within specified timeframes, maintain service quality, and ensure customer satisfaction through timely complaint resolution. The contractor must also adhere to safety and health regulations, including participation in the Voluntary Protection Program, while managing physical and network security at all times. Furthermore, the contractor is responsible for proper documentation and reporting of service activities and expenditures. This PWS ensures the Air Force base receives reliable, high-quality internet and television services, with built-in accountability measures to meet mission-essential needs.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefit requirements for federal contracts in Ohio, specifically for Greene, Miami, and Montgomery counties. The determination states that contracts awarded on or after January 30, 2022, must pay at least $17.20 per hour, in accordance with Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $12.90 per hour under Executive Order 13658. It lists various occupations with corresponding wage rates and fringe benefits, including health and welfare stipulations. Notably, all covered employees receive health benefits of $5.36 per hour, vacation, and holidays. The document also emphasizes compliance with additional federal regulations regarding paid sick leave for contractors and outlines procedures for classifying jobs not previously listed. Overall, it serves to guide contractors in meeting their wage obligations while ensuring worker protections across federal service contracts in the specified region.
    The memorandum from the 88th Communications Squadron at Wright-Patterson Air Force Base designates Commercial Internet and Cable Television (CATV) services as Mission Essential Functions during crises, as outlined in DFARS clause 252.237-7023. The contractor is tasked with ensuring the provision of these services, which are vital for maintaining command-and-control capabilities and supporting employees teleworking during public health emergencies. Specifically, the contractor must restore or install CATV and commercial internet services both to essential offices and residences of teleworking staff. The communication emphasizes the critical role of these services in maintaining the installation's quality of life and operational effectiveness. For further clarification, contact information for the Contracting Officer and Representative is provided.
    The document serves as an addendum to FAR 52.212-1, detailing the submission instructions for offerors responding to a federal solicitation for commercial products and services. It outlines mandatory requirements for quote submission, including formatting, content, and deadlines, emphasizing that noncompliance may lead to disqualification. Offerors must submit two distinct volumes: Price Quote and Technical Quote, adhering to strict page limits and formatting guidelines. The evaluation for contract award will follow a Lowest Price Technically Acceptable approach, assessing offers based on technical acceptability and price reasonableness. Key evaluation factors include prior experience, implementation plans, and compliance with the Performance Work Statement (PWS). The document also specifies submission requirements, including deadlines for submitting questions and documentation, as well as essential contractor services that must be maintained. Overall, this structured RFP process seeks to ensure clarity, fairness, and thorough evaluation of proposals, supporting the government’s goal to secure services from qualified small business offerors.
    This document outlines the addenda to the FAR 52.212-1, providing instructions for offerors bidding on commercial products and services. It emphasizes the necessity for compliance with submission procedures, including timely submissions, document formats, and technical requirements, which are crucial for a thorough evaluation. Offerors must ensure quotes are organized into two volumes: Price Quote and Technical Quote, with specific guidance on content and formatting to avoid disqualification. The evaluation process utilizes a Lowest Price Technically Acceptable (LPTA) approach, requiring proposals to meet both price and technical standards. Key evaluation factors include price completeness, reasonableness, and technical acceptability based on prior experience and implementation plans. All quotation answers must demonstrate the ability to provide services outlined in the Performance Work Statement (PWS), ensuring readiness for contract award without the need for further negotiation after acceptance. In summary, the document serves as a comprehensive guide for offerors in preparing proposals for government contracts, outlining mandatory instructions and evaluation criteria to ensure adherence to federal procurement processes.
    The document pertains to the Request for Proposal (RFP) for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB). It includes a pricing matrix detailing line item numbers (CLINs) for various services, including installation and modem options for internet, dedicated fiber broadband, and multiple tiers of CATV services. The matrix outlines the estimated minimum quantities required per year across various performance periods from May 2025 to October 2030. Offerors must fill in the green-highlighted cells with proposed prices in whole U.S. dollars, which will yield a Total Evaluated Price (TEP) for government consideration. Additional conditions regarding pricing and options to extend services are noted, emphasizing that the six-month extension calculation is for evaluation purposes only and does not guarantee future pricing or service extension. The document translates key expectations for potential contractors and is directed towards ensuring compliance with federal procurement standards.
    This document outlines the Contract Data Requirements List (CDRL) for the WPAFB Commercial Internet and CATV Services project, specifying three main data items: Status Report, Funds Expenditure Report, and Voluntary Protection Program. Each data item has defined submission frequencies, formats, and distribution requirements. The Status Report (Data Item A001) is due monthly, with the first submission required on the 5th of the month after the first full month of support. The Funds Expenditure Report (Data Item A002) must be submitted within ten workdays after the end of the initial month, followed by monthly submissions in the first week thereafter. The Voluntary Protection Program report (Data Item A003) requires an annual submission of safety metrics like Total Case Incidence Rate and OSHA Form 300A by January 15 each year, with safety plans due ten days post-contract award. The CDRL emphasizes proper reporting formats and provides guidelines for contractor submissions, which are authorized for US Government recipients only. The document also provides instructions for completion, detailing responsibilities of both government personnel and contractors to ensure data accuracy, timeliness, and alignment with Federal guidelines, thereby improving process management and compliance in government contracts.
    The document outlines an amendment to a solicitation related to a contract with Wright-Patterson Air Force Base, specifically concerning commercial internet and cable television services. It details the processes for acknowledging the amendment, including submission methods and requirements for offers to be considered valid. Key updates include the replacement of an attachment pertaining to the performance work statement, which corrects grammatical errors, and a change of the contracting officer from Shannon Scott to Raschelle Swindle. Additionally, all other terms and conditions of the original solicitation remain unchanged. The amendment is essential for ensuring correct and up-to-date information is available to potential contractors, facilitating compliance and clarity in the solicitation process. The document exemplifies the procedural rigor typical in government contracting to maintain transparency and accountability in public procurement activities.
    This document serves as an amendment to a federal solicitation, specifically extending the response deadline for proposals. The solicitation, identified as FA860125R0005, was originally due on February 21, 2025, but has been revised to March 3, 2025, at 10:00 AM EST. The document outlines procedures for acknowledging the receipt of the amendment, indicating that submissions from contractors must reference the solicitation and amendment numbers to avoid rejection. Moreover, the amendment states that all other terms and conditions associated with the solicitation remain unchanged. The amendment is issued by Jennifer Blackford from the AFLCMC PZIO office at Wright Patterson Air Force Base, ensuring potential offerors are informed about updates crucial for their proposal submissions. The document adheres to federal regulations, emphasizing transparency in public procurement processes while allowing for necessary adjustments to solicitation timelines.
    The document FA860125R0005, dated January 21, 2024, addresses vendor inquiries regarding a federal government procurement request for proposals (RFP). Specifically, it provides clarification on the award amount and duration of the previous contract. The incumbent award totaled $2,352,577.10 and spanned a duration of five years. This information is essential for vendors interested in bidding for the new contract, as it gives them context regarding past funding and the scale of the project. Understanding the financial and temporal parameters of previous awards can significantly influence vendor proposals and expectations in the current RFP process. The document serves as a resource for potential bidders to equip them with knowledge for better proposal development and participation in the procurement process.
    The document contains responses to vendor questions regarding a government RFP, specifically FA860125R0005, related to cable service provision at Wright-Patterson Air Force Base (WPAFB). It confirms that the contract is not new, with the incumbent contractor KAS Cable TV having an award amount of $2,352,577.10 over five years, under contract #FA860120D0004. The main points of entry for service delivery are specified as various buildings within WPAFB, although the precise layout of secondary infrastructure remains undocumented. The necessity of a franchise agreement is discussed, clarifying that it’s needed unless certain exceptions apply, such as exclusive service for Air Force mission support. Notably, site surveys are not permitted. The responses aim to guide potential vendors in understanding contract requirements and compliance protocols essential for the bidding process in government contracts, particularly focused on telecommunication services at military installations.
    The document FA860125R0005 contains vendor questions and government responses regarding a cable service contract for Wright-Patterson Air Force Base (WPAFB). The incumbent contractor, KAS Cable TV, previously held a $2,352,577.10 contract for five years. Vendors are required to deliver service to specified main points of entry on the base, with further infrastructure support from incumbent-installed secondary feeder cables. Franchise agreements are typically necessary unless exceptions apply, aimed at ensuring that services primarily benefit the Air Force. Site visits are not permitted, and vendors must build their own backbone cabling systems, although the government may provide some support for existing fiber strands. The contract covers all service areas on WPAFB, though access is limited to authorized personnel. This document serves as crucial guidance for potential vendors in responding to the RFP while specifying operational and regulatory expectations for service delivery on a military installation.
    The government document FA860125R0005 provides responses to vendor inquiries regarding an existing contract. It confirms that the award amount for the incumbent, KAS Cable TV, is $2,352,577.10, and the contract duration is 5 years. Additionally, it clarifies that this is not a new contract, as services are currently being performed under contract #FA860120D0004. The information is essential for vendors interested in understanding the context and background of the current procurement environment related to the contract in question, facilitating informed bidding and proposal preparation in response to the federal request for proposals (RFP). The document's purpose is to provide clarity on contract status and financial details, which are crucial for potential contractors participating in the RFP process.
    The document serves to address vendor inquiries regarding contract FA860125R0005, which is not a new contract but continues the services currently provided by KAS Cable TV under contract #FA860120D0004, with a prior award amount of $2,352,577.10 over five years. Specific questions tackled include the preferred Main Point of Entry (MPOE) for the base at Wright-Patterson Air Force Base (WPAFB) for new installations. The government specifies that vendors are to utilize Building 15 in Area B and Building 271 in Area A as their MPOEs for fiber installations. The contract work encompasses services to be performed across all WPAFB occupied buildings per the Performance Work Statement (PWS). This document highlights the finer operational details pivotal for compliance in delivering services at WPAFB, illustrating the structured approach in federal contracting processes.
    The document FA860125R0005 provides vendor responses to queries regarding a government contract for services at Wright-Patterson Air Force Base (WPAFB). It specifies that the previous contract, held by KAS Cable TV, was worth $2,352,577.10 and lasted five years. The contract is not new, and service installation will be conducted at designated main points of entry on base. Vendors must deliver services to two specified buildings: Building 15 in Area B and Building 271 in Area A. The document also clarifies that a franchise agreement is generally required for service provision unless specific exceptions apply. Notably, if services are solely for direct mission support to the Air Force and do not involve outside subscribers, no franchise agreement is necessary. This document serves to inform potential vendors about the requirements and conditions under this contract as part of the government’s procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Wired Cable Television and Internet Services
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is seeking proposals for wired cable television and internet services. The procurement aims to provide high-quality on-site wired telecommunications, including a minimum internet speed of 100 Mbps download and 10 Mbps upload, along with comprehensive cable television services to support operational requirements for the Pacific Fleet. This opportunity is critical for maintaining technological readiness and operational efficiency at military facilities, ensuring reliable communication and information access. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Sarah Chang at sarah.k.chang2.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.
    TV Subscription at Brooks Army Medical Center and Outlying Clinics - Joint Base San Antonio
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for television subscription services at Brooks Army Medical Center (BAMC) and five associated clinics located at Joint Base San Antonio, Texas. The procurement involves providing an Internet Protocol Television (IPTV) streaming platform to replace the existing system, ensuring high-definition programming for 1,000 televisions, along with installation, maintenance, and support services over a Base Year and four optional years. This initiative is crucial for enhancing patient access to entertainment and information within military healthcare facilities, thereby improving the overall patient experience. Interested small businesses must submit their quotations by February 28, 2025, and can direct inquiries to Benjamin Windham at benjamin.windham.1@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil for further details.
    Cable TV and Internet Services (Guam)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for Cable TV and Internet Services for the Joint Region Marianas, specifically at Naval Base Guam and Andersen Air Force Base. The contract encompasses the provision of essential services, including basic cable and various Internet bandwidth options, with performance expected from May 1, 2025, to April 30, 2026, and includes two potential option years. This procurement is critical for enhancing communication infrastructure, ensuring that government personnel have reliable access to necessary services for operational efficiency. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their proposals, including technical descriptions and pricing, by the specified deadlines, with inquiries directed to Cynthia Cruz at cynthia.r.cruz2.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.mil.
    PROVIDE, INSTALL, AND MAINTAIN A  1GB DEDICATED SERIVCE BWTN BLDG 3000, ROOM 100, 1ST FLOOR, 3000 PRESIDENTIAL DRIVE, FAIRBORN, OH 45324 AND BLDG 10271, COMPUTER ROOM 128, 1ST FLOOR, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061
    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 1GB telecommunications service circuit between two locations in Ohio. Contractors are required to submit quotes that comply with stringent technical specifications, including acceptance testing protocols and detailed installation plans, to ensure robust telecommunication capabilities essential for government operations. The contract is set aside for small businesses, with a key service date of June 29, 2025, and proposals will be evaluated based on the lowest price technically acceptable (LPTA) criteria. Interested parties should direct inquiries to Jennifer Voss or Angelina Hutson via email, as detailed in the solicitation documents.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    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.
    DG10 - Cable TV and Internet Service for Joint Base Pearl Harbor Hickam
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking proposals for cable TV and internet services at Joint Base Pearl Harbor Hickam (JBPHH) in Hawaii. The procurement aims to provide reliable wired telecommunications services, which are essential for operational and recreational activities at the base. This opportunity falls under the NAICS code 517111, focusing on Wired Telecommunications Carriers, and is categorized under the PSC code DG10 for IT and Telecom - Network as a Service. Interested vendors can contact Dana Anderson at 808-473-7906 or via email at dana.a.anderson2.civ@us.navy.mil for further details regarding the solicitation process.
    PROVIDE, INSTALL, AND MAINTAIN START AN INTERNET SERVICE WITH A MINIMUM OF 6 MEGABIT UP AND DOWNLOAD SPEEDS. AT CLEVELAND HOPKINS INTL TRACON
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of internet service with a minimum speed of 6 Megabits per second at the Cleveland Hopkins International TRACON. The procurement aims to ensure reliable telecommunications services, emphasizing the need for a new line installation that does not disrupt existing services, while adhering to strict technical specifications including 99.5% service availability and 24-hour monitoring. This opportunity is critical for maintaining network integrity and supporting government operations, with quotes due by February 28, 2025. Interested contractors can reach out to George Butler at George.c.butler4.civ@mail.mil or Haley Guttersohn at haley.l.guttersohn.civ@mail.mil for further details.
    Local Telecommunications Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Local Telecommunications Services at Dobbins Air Reserve Base in Georgia. The procurement aims to upgrade the existing legacy Time-Division Multiplexing (TDM) telecommunications infrastructure to a more modern Internet Protocol (IP) system, which is crucial for enhancing communication capabilities and supporting operational readiness. Key requirements include the procurement and porting of 10,000 telephone numbers, installation of transmission facilities, and compliance with FCC regulations, all while ensuring minimal service disruptions. Interested contractors should submit their responses to the market survey by 2:00 pm EDT on March 4, 2025, and can contact Manson Smith at manson.smith.1@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.
    Full Phone Service Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for full phone services at Eglin Air Force Base in Florida. The procurement aims to secure comprehensive telecommunications services, including voice and data services, managed services, and installation responsibilities, structured over a base year and four option years. This contract is critical for maintaining effective communication capabilities at the base, ensuring service continuity and compliance with federal procurement regulations. Interested vendors must submit their quotes by 12:00 PM CST on March 5, 2025, and can contact Rommel Angeles at rommel.angeles.2@us.af.mil or Paul L. Brinckhaus at paul.brinckhaus@us.af.mil for further information.