Satellite Television Services
ID: W911SG-25-Q-A007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for satellite television services at Fort Bliss, Texas, primarily to support the Japanese Forces. The procurement involves a firm fixed-price contract for one base year with three option years, requiring the contractor to provide installation, equipment, programming, and maintenance services, while ensuring compliance with applicable laws and quality standards. This service is crucial for maintaining effective communication and entertainment for personnel, with specific requirements including a minimum of 120 channels, focusing on Japanese public television programming. Interested contractors should contact Zachariah Fierro at zachariah.fierro.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil for further details, and note that the deadline for proposal submission has been extended to 10 AM MST on February 14, 2025, following a mandatory site visit on February 11, 2025.

    Files
    Title
    Posted
    This document outlines a series of questions and answers regarding the installation and programming of satellite television services at two buildings, identified as the Hawk and Patriot. The primary purpose is to clarify requirements for the satellite setup, including the preferred service provider (Directv), cabling conditions, and the type of TV units in use. The government seeks a minimum of 120 channels, particularly focusing on Japanese public television programming (NHK) and potentially additional offerings like NIPPON TV. It confirms that the two buildings, used for barrack quarters for Japanese personnel, are independently wired, and responses indicate an openness to consider alternative solutions that could benefit the government. Additionally, there are specifics on the cabling infrastructure, access points, and the absence of scheduled site visits, with a willingness for further inquiries from vendors. Overall, the document serves to provide essential details for potential contractors in preparation for a Request for Proposal (RFP) related to satellite television installation and servicing.
    The document addresses inquiries related to a government's RFP for satellite television services at two buildings, 1008 and 1009. Key points include that both buildings currently require Coaxial cabling, and building 1008 will host 61 receivers while building 1009 requires 79. The current provider, Gila Satellite Systems, supplies 136 receivers, all operating with DIRECTV, and the government is invoiced through this contractor, not directly by DIRECTV. The inquiry responses indicate the need for installation of additional equipment, including satellite receivers, multi-switches, and antennas, with a note that all televisions belong to the end-user. The importance of individual receivers for each TV to access channels independently is emphasized, while the possibility of using a Smart Box is considered only if it meets user needs. Furthermore, a site visit was scheduled to assess installation requirements. The document serves to clarify technical needs and contractual obligations to facilitate a successful bid for the satellite service provision while addressing the proprietary nature of certain information held by the current contractor.
    The document outlines a solicitation for satellite television services at Fort Bliss, Texas, primarily for the Japanese Forces. It details a firm fixed-price contract spanning one base year and three option years, with various line items for service at multiple locations. The contractor is responsible for all necessary installations, equipment, programming, and maintenance, ensuring compliance with applicable laws and regulations. Key requirements include quality control measures, safety standards, and contractor personnel criteria, including security training and personnel qualifications. The document serves as a formal communication from the government to potential bidders, emphasizing the need for experienced contractors to provide reliable services while adhering to performance standards and timelines. This solicitation reflects the government’s broader goal of supporting military operations through effective outsourcing while fostering opportunities for women-owned small businesses.
    The document is an amendment to a solicitation issued by the U.S. Army, modifying key details related to a project at Fort Bliss, TX. It primarily serves to extend the deadline for submission of offers from 10 AM MST, 10 February 2025, to 10 AM MST, 14 February 2025, allowing potential contractors additional time to prepare their bids. Additionally, it includes information related to a mandatory site visit scheduled for 10 AM MST on 11 February 2025, at Building 1008, Fort Bliss. The amendment outlines the procedures for acknowledging receipt of the amendment and specifies conditions under which changes can be submitted for previously filed offers. The document emphasizes the importance of timely acknowledgment of the amendment to avoid rejection of submitted offers, maintaining compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    KenCast GBS FAZZT Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
    Replace AFN Radio Transmission Tower, Camp Kinser, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the AFN Radio Transmission Tower at Camp Kinser, Okinawa, Japan. The project entails the demolition of the existing tower and foundation, construction of a new foundation, and installation of necessary fencing and power cabling, with strict adherence to environmental and safety regulations. This initiative is crucial for maintaining military communication infrastructure, ensuring operational readiness while complying with local and federal standards. Interested contractors must submit sealed offers by May 16, 2025, with a bid estimate ranging from ¥100 million to ¥500 million, and are encouraged to contact Norman Roldan at norman.roldan.civ@usace.army.mil for further inquiries.
    W56HZV-24-R-0020 - PMVS ANTENA WITH CONTAINER
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Firm Fixed Price (FFP) contract, numbered W56HZV-24-R-0020, to procure 53 units of the PMVS Antenna Container from Weibel Equipment Inc. This procurement is aimed at supporting the M109 Paladin family of vehicles, which are critical for military operations. The solicitation outlines specific submission requirements, including adherence to strict quality control standards and military-standard packaging, with an expected delivery timeframe of 180 days post-contract award. Interested bidders should contact Rising Oris at rising.oris2.civ@army.mil or 571-588-9362, or Katherine MacFarland at katherine.e.macfarland.civ@army.mil or (571) 588-8902 for further details.
    Goodfellow AFB Commercial Telephone Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of commercial telephone services at Goodfellow Air Force Base (AFB) in Texas. The contract requires firm-fixed pricing for both recurring and non-recurring services, with a focus on compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. This procurement is particularly aimed at supporting Women-Owned Small Businesses (WOSB) and emphasizes the importance of quality and compliance standards throughout the contract duration. Interested vendors should direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    FED Overview Video
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the production of a FED Overview Video through a Combined Synopsis/Solicitation. This procurement aims to engage a contractor specializing in motion picture and video production to create a comprehensive video that meets the Army's informational and promotional needs. The video will play a crucial role in enhancing communication and outreach efforts within the Department of Defense. Interested vendors should contact Sonya Sharp at sonya.s.sharp@usace.army.mil or Zane Rohwedder at Zane.Rohwedder@usace.army.mil for further details, and note that this opportunity is set aside for local area businesses as per FAR 26.2 regulations.
    Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The procurement aims to ensure the efficient functioning and sustainability of the electronic attack training environment, requiring contractors to manage government-furnished facilities, maintain equipment, and support various electronic warfare operations while adhering to safety protocols. This opportunity is critical for enhancing military readiness and operational effectiveness, with contractors expected to possess relevant experience and security clearances. Interested parties should contact Kazuo Miura at kazuo.miura.jp@us.af.mil or by phone at 81176772059 for further details, and must submit their proposals in accordance with the outlined requirements by the specified deadlines.
    Intent to Sole Source- AFRH Satellite TV and Internet Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole-source contract to Stellar Private Cable Systems, Inc. for satellite TV and internet services at the Armed Forces Retirement Home (AFRH) locations in Washington, DC, and Gulfport, MS. This contract will cover the management, maintenance, and upgrade of these services, which are essential for providing high-quality connectivity and customized content to senior residents, ensuring their welfare and engagement. The performance period for the contract is set from May 1, 2025, to April 30, 2030, consisting of one base year and four optional years. Interested contractors who wish to contest the sole-source determination must submit their qualifications by March 13, 2025, to the primary contact, Purchasing, at PURCHASING@fiscal.treasury.gov.
    LOCAL EXCHANGE CARRIER SERVICES FORT WORTH TEXAS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Local Exchange Carrier Services at Naval Air Station/Joint Reserve Base Fort Worth, Texas. The procurement aims to lease telecommunications services, including essential features such as 911 emergency access and dial tone, from April 1, 2025, to March 31, 2026, with options to extend through 2030. This initiative is critical for maintaining operational effectiveness and ensuring robust communication infrastructure, as the current service provider's failure could jeopardize mission readiness. Interested vendors must submit firm-fixed price proposals by March 21, 2025, and can direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil for further details.
    Base Telecommunication Service Bridge
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Base Telecommunication Service Bridge at Dyess Air Force Base in Texas. The primary objective of this procurement is to ensure the reliability and continuous operation of the Base Telecommunications System (BTS), which includes both wired telephone and data transport systems, requiring contractors to maintain service availability 24/7 and conduct preventive maintenance, respond to service outages, and maintain compliance with relevant policies. This opportunity is categorized under a Total Small Business Set-Aside, with a performance period from April 1 to June 30, 2025, and interested parties must submit their quotes by March 12, 2025, along with required documentation, to the primary contact, Anthony Parra, at anthony.parra.2@us.af.mil or by phone at 325-696-8239.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Installation Management Command, is seeking a qualified concessionaire contractor to establish a Campus Style Dining Venue (CSDV) at five U.S. Army Garrisons. The contractor will be responsible for financing, designing, constructing, and operating the dining venue, which aims to enhance the health, welfare, and morale of soldiers and their families by providing nutritious food options and modern dining experiences. This initiative is part of the Army's commitment to improving dining services and promoting holistic health initiatives, with the contract structured as a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) agreement. Interested parties must submit proposals by April 4, 2025, and can direct inquiries to Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370.