Commercial Internet & Wi-Fi Services for Building 4011A, JBSA-FSH Education Center
ID: FA301624Q5201Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

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, through the Department of the Air Force, is soliciting proposals for commercial internet and Wi-Fi services for Building 4011A at the JBSA Fort Sam Houston Education Center in Texas. The contract requires the provision of both wireless and hardwired internet capabilities, with a minimum speed of 300MB available 24/7, and includes a base year with two optional renewal years. This initiative is crucial for enhancing connectivity and service reliability within government facilities, ensuring that the educational center can effectively support its operational needs. Interested small businesses must submit their proposals by September 12, 2024, following a site visit scheduled for September 9, 2024. For further inquiries, potential bidders can contact Alexis Garcia at alexis.garcia.14@us.af.mil or Venetia Shaw at venetia.shaw.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for commercial internet and Wi-Fi services at the JBSA Fort Sam Houston Education Center. It requires a contractor to furnish, install, and maintain wireless and wired internet capabilities with a speed of 300MB available 24/7. The contract spans one base year with two potential renewal years. Deliverables include a detailed project schedule, installation of access points, hardwired connections, and compliance with industry standards. The contractor is responsible for site preparation, quality assurance inspections, and ongoing user support, including helpdesk services. Health and safety regulations must be adhered to, with guidelines detailing contractor responsibilities regarding equipment, labor, and space management. Access to the installation necessitates a vetting process, while communication with the government’s point of contact is critical throughout the installation and maintenance phases. The overarching goal is to ensure a fully operational and compliant internet infrastructure. Compliance with safety and security regulations is paramount, maintaining the integrity of government property during installations and maintenance.
    The document outlines a Request for Proposal (RFP) for commercial internet and Wi-Fi services for Building 4011A, indicating there is no incumbent contractor, as this is a new requirement. Key components include the necessity for site plans, which are provided, and a request for fiber-based connectivity with specific requirements such as 15 LAN drops, a service-level agreement, and scalability for bandwidth upgrades. The anticipated bandwidth is 1Gbps for approximately 40 users. The document provides critical logistical details like the demarcation point address (Bldg 2225, JBSA Ft Sam Houston, TX) and confirms the availability of fiber between the buildings. It also establishes that no previous networks, cabling, or access points will need removal, affirming that this is entirely a new installation. The response to inquiries reflects a thorough approach to ensure all elements of the needed service are appropriately addressed, facilitating potential bidders' understanding of the project's scope. The importance of maintaining connectivity and service reliability within the government infrastructure is emphasized, underlining the commitment to advancing technological capabilities within federal facilities.
    The document outlines a Request for Quote (RFQ) for commercial Internet and Wi-Fi services at Building 4011A, JBSA Fort Sam Houston Education Center in Texas. The contract spans a base year and two optional renewal years, with specific requirements for quoting vendors, including technical and price proposals. This RFQ is designated as a total small business set-aside under NAICS code 517121, where only bids from small businesses with fewer than 1,500 employees will be accepted. The response deadline is set for September 12, 2024, and a site visit is scheduled for September 9, 2024. Key evaluation criteria include technical acceptability and price reasonableness, emphasizing the importance of compliance with the listed specifications and timely service delivery. The selected vendor must confirm its ability to invoice electronically, maintain safety, and uphold all contract regulations. The document incorporates various Federal Acquisition Regulation provisions ensuring compliance and outlining mandatory registration requirements for the bidders. Overall, the RFQ aims to secure reliable Internet services while promoting small business participation in government contracts.
    Similar Opportunities
    Peterson SFB Wifi Services
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking qualified vendors to establish one or more Blanket Purchase Agreements (BPAs) for commercial WiFi services at Peterson Space Force Base (SFB) in Colorado. Vendors must demonstrate their capability to provide comprehensive internet access, including various service tiers ranging from 1MB to 1GB, along with customer support, maintenance, and adherence to specific installation protocols. This procurement is crucial for ensuring reliable communication infrastructure at the military installation, with a response deadline set for August 16, 2029. Interested parties should contact Contracting Officer Jake Hluska at james.hluska@spaceforce.mil for further details.
    Commercial High-Speed Internet Service Provider (CISP) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Commercial High-Speed Internet Service Provider (CISP) services at Tinker Air Force Base in Oklahoma. The contract requires the delivery of a minimum bandwidth of 2 Gbps, with the potential to increase to 6 Gbps, ensuring 99.9% coverage availability across designated locations on the base. This procurement is critical for maintaining operational efficiency and connectivity at the base, with a contract term of 36 months and an option for an additional year. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should contact Donald Wallar at donald.wallar@us.af.mil for further information.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities from small businesses to provide commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB), Ohio. The procurement aims to establish a Firm-Fixed Price contract for a base year with four one-year options, focusing on delivering reliable broadband and CATV services to support base personnel across various locations and facilities. The Performance Work Statement outlines specific service requirements, including internet speed tiers, maintenance protocols, and CATV programming, while emphasizing the need for high service reliability and adherence to security protocols. Interested firms must submit their capabilities packages by September 19, 2024, at 12:00 PM Eastern Time, to the primary contacts Jennifer Blackford and Shannon Scott via the provided email addresses.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    LAK-DS-IAAFA Fiber Install to B7358 and B7356
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the installation of fiber optic cable at Edge Buildings 7356 and 7358. The project involves the installation of a 24-strand Single Mode all-dielectric Fiber Optic Cable from Information Transfer Building 7065 to the two Edge Buildings, including associated fiber optic distribution panels, splicing, and terminations, as well as the installation of geo-textile fabrics and wall-mounted cabinets. This procurement is crucial for enhancing the telecommunications infrastructure within the facility, ensuring reliable connectivity and support for operational needs. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Nichole Ray at nichole.ray.1@us.af.mil or Logan Smith at logan.smith.51@us.af.mil for further details, as the requirement will be competed under the SDVOSB set-aside program.
    80th Training Command Cable Services Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for commercial internet cable services for the 80th Training Command, covering 10 sites across multiple states including New Jersey, California, and Texas. The primary objective is to provide reliable Ethernet connections and associated network management services, ensuring compliance with stringent performance standards such as a 99.75% availability rate and minimal packet loss. This procurement is crucial for enhancing the Army Reserve's network capabilities and supporting operational training initiatives. Interested contractors must submit their proposals by 14:00 ET on September 18, 2024, and can direct inquiries to Eric J. Wagner at eric.j.wagner1.civ@army.mil or Gina Cuiffo at gina.s.cuiffo.civ@army.mil.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DISN VPN SERVICE BETWEEN BLDG 450, ROOM 5248, SB FL, 450 GOLDEN GATE AVENUE, SAN FRANCISCO, CA 94102 AND DISA IPT-PE ROUTER AT BLDG 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA 95903-1517.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB DISN VPN service connecting specific locations in San Francisco, CA, and Beale AFB, CA. The procurement aims to establish a reliable telecommunications link essential for operational efficiency and secure communications within the agency. This opportunity is set aside for small businesses under the SBA guidelines, with a focus on the Wired Telecommunications Carriers industry, and requires compliance with various federal acquisition regulations. Quotes are due by October 17, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL AND MAINTAIN A 50MB SERVICE AT 650 FLORIDA AVE, TYNDALL AFB (PORT SAINT JOE), FL 32403
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 50MB telecommunications service at Tyndall Air Force Base, located at 650 Florida Ave, Port Saint Joe, FL. The procurement requires contractors to ensure a service availability of 99.5% or higher, with stringent conditions for response and restoration times for outages, while avoiding the use of satellite links and providing 24/7 monitoring capabilities. This opportunity is critical for maintaining robust telecommunications infrastructure, reflecting the government's commitment to high operational standards and compliance with federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can contact Shawn Arentsen or Amanda Romanitis via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    Acton Dorm Security Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Acton Dorm Security Upgrade at Joint Base San Antonio – Fort Sam Houston. The project involves the installation and integration of advanced security systems, including replacement locking mechanisms, fob access systems, and upgraded camera surveillance in dormitory Building 1469, ensuring compliance with federal, state, and local codes. This initiative is crucial for enhancing the safety and security of dormitory facilities, with a total small business set-aside under NAICS code 561621. Quotes are due by September 20, 2024, and interested bidders are encouraged to attend a non-mandatory site visit on September 13, 2024, with registration required by September 10. For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.