REAWARD AND MAINTAIN A MEASURED BUSINESS LINE AT THE MILWAUKEE TRACON.
ID: HC101324QA030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)TELECOMMUNICATIONS DIVISION- HC1013SCOTT AFB, IL, 62225-5406, USA

PSC

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

    The Department of Defense, specifically the Defense Information Systems Agency (DISA), has issued a Combined Synopsis/Solicitation notice for the reaward and maintenance of a measured business line at the Milwaukee TRACON. This procurement is related to IT and Telecom - Network: Satellite Communications and Telecom Access Services. The vendor will be responsible for coordinating appointment times and access with the point of contact (POC) at least 72 hours in advance. Additionally, the vendor must establish a long-distance carrier and request a PIK block on the line. The service should block all 700/900 area codes for caller ID and be unlisted and non-published. The telco is responsible for inside wiring as requested by the POC. In case of suspected fraud or misuse, the vendor must keep the service active and contact the DISA NOSC before taking any action against the circuit. The final award vendor must respond to an outage within 1 hour. The current contractor for this service is Granite Telecommunications, LLC. Technical acceptability evaluation criteria and evaluation procedures are outlined in the document.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTATIN A MEASURED BUSINESS LINE (3KHZ VOICE CIRCUIT) TO 423 HEATHERHILL LN, CINCINNATI, OH 45206
    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 measured business line (3kHz voice circuit) at 423 Heatherhill Lane, Cincinnati, OH 45206. The procurement requires vendors to ensure timely coordination for access, with a two-week lead time prior to installation, and adherence to specific technical specifications including long-distance service and call blocking. This telecommunications service is critical for maintaining effective communication capabilities within the agency. Interested contractors must submit their quotes by April 22, 2025, with the service installation date set for May 8, 2025. For further inquiries, vendors can contact Shawn Arentsen or Amanda Romanitis via their respective emails.
    PROVIDE, INSTALL, AND MAINTAIN A NEW 10GB WAVE LEASED ACCESS CIRCUIT BETWEEN BLDG 33 DCO ROOM, 1ST FLOOR, 652 RONALD REAGAN BLVD, POINT MUGU NAWC, CA 93042 (PT MUGU/CCI) AND BLDG 7494, ROOM 113, 1ST FLOOR, 7494 MIRAMAR WAY, MCAS, SAN DIEGO, CA 92145
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new 10GB wave leased access circuit connecting two military facilities in California. The project requires compliance with specific technical requirements, including adherence to DITCO's telecommunications directives and federal acquisition regulations, with a focus on ensuring network reliability and performance. This procurement is crucial for enhancing telecommunications infrastructure, which supports military operations and communication capabilities. Interested vendors must submit their quotes by the specified deadline, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN(BLDG) 803, (ROOM) TELEPHONE ROOM, 3404 GEORGIA STREET, MOODY AFB, GA(MOODYAFB-CCI) AND (BLDG) 919, (ROOM) TELCO, (FLOOR) 1, 919 LANGLEY STREET, JACKSONVILLE NAS, FL(JKSVLNAS-CCI)
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OC-12 (622.08MB) channel between Moody Air Force Base in Georgia and Jacksonville Naval Air Station in Florida. The contract requires vendors to ensure operational availability of at least 99.5%, adhere to specific performance characteristics, and conduct rigorous testing protocols, including a comprehensive 72-hour end-to-end test to confirm circuit integrity and error performance metrics. This telecommunications service is critical for supporting government operations, emphasizing the need for reliable and secure communication infrastructure. Interested contractors must submit their detailed price quotations by May 5, 2025, with service delivery expected by May 30, 2025; for further inquiries, contact Donna Voss at DONNA.M.VOSS7.CIV@MAIL.MIL or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A DEDICATED ACC/LMON SERVICE AT 25 MB FROM (BLDG 29) 175 FALCON DR BLDG 29, WESTFIELD, MA 01085 TO 100 BOWDITCH ST NEW LONDON, CT 06320.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of dedicated telecommunications services between specified locations in Westfield, MA, and New London, CT. The objective is to enhance communication capabilities for government operations by ensuring reliable connectivity with specific bandwidth and technical standards. This procurement is critical for supporting government telecommunications needs, and contractors must comply with all outlined technical requirements and submit their quotes by May 12, 2025, with a service commencement date set for August 11, 2025. Interested parties can reach out to Kendal Richter or Kevin Knowles for further information regarding the solicitation.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN A. BLDG 700, ROOM 116, 1356 ATLANTIC AVENUE, DOBBINS ARB, GA (DBBNSARB/CCI) AND B. BLDG 214, FRAME ROOM, 150 RICHARD RAY BLVD, ROBINS AFB, GA. (ROBNSAFB/CCI)
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a channelized OC-12 telecommunications circuit (622.08 MB) connecting Dobbins Air Reserve Base and Robins Air Force Base in Georgia. The contractor must ensure a fully operational service with a guaranteed availability rate of at least 99.5%, immediate response to outages, and compliance with stringent technical requirements, including detailed circuit installation methods and network survivability plans. This procurement is critical for maintaining robust telecommunications capabilities within the military infrastructure, with proposals evaluated based on the lowest total life cycle cost. Interested contractors should submit their quotes by the specified deadline, and for further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND AND (BLDG) 1668, (ROOM) 1021, 1668 PORTER STREET, FT DETRICK, MD(FTDETRCK/CCI).
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a channelized OC-12 telecommunications service between Carlisle Barracks, PA, and Fort Detrick, MD. This procurement aims to establish a reliable telecommunications infrastructure that operates 24/7 with a minimum reliability threshold of 99.5%, ensuring effective communication between military locations. Interested vendors must adhere to stringent technical requirements, including conducting site surveys and providing detailed installation plans, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by April 23, 2025, with the service expected to be operational by August 21, 2024; for further inquiries, vendors can contact Jennifer Voss or Angelina Hutson via email.
    PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 168, ROOM 141, 168 IZZEA STREET, OTIS ANGB, MA AND BLDG 1646A, FRAME ROOM, 81 GRENIER STREET, HANSCOM AFB, MA.
    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 2.5GB wavelength service between two military locations in Massachusetts. The procurement aims to enhance telecommunications infrastructure critical for military operations, requiring compliance with specific technical standards and operational redundancy to ensure reliability. Contractors must submit detailed proposals that include installation methods and adherence to Federal Acquisition Regulation (FAR) clauses, with a deadline for quotes set for May 12, 2025, and a service commencement date expected by September 6, 2025. For further inquiries, interested parties may contact Jennifer Voss or Kristina Hoff via email.
    PROVIDE, INSTALL, AND MAINTAIN A NEW 10GB WAVE LEASED ACCESS CIRCUIT BETWEEN BLDG 33 DCO ROOM, 1ST FLOOR, 652 RONALD REAGAN BLVD, POINT MUGU NAWC, CA 93042 (PT MUGU/CCI) AND BLDG 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA
    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 new 10GB Wave Leased Access Circuit connecting Point Mugu NAWC and Beale AFB in California. Contractors are required to submit compliant proposals that address specific technical requirements, including installation plans, performance metrics, and adherence to federal standards, with a critical completion deadline set for May 15, 2025. This procurement is vital for enhancing telecommunications capabilities between military installations, ensuring reliable connectivity and operational efficiency. Interested vendors should direct inquiries to Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil, with proposals evaluated based on the lowest price technically acceptable criteria.
    PROVIDE, INSTALL, AND MAINTAIN A NEW 2.5GB WAVE SERVICE BETWEEN: A. BLDG 430, RM 124; 1 FL; 3100 MCKINLEY AVENUE, DES MOINES, IA 50321/CC2, AND B. BLDG 1575, ROOM C-1, 103 WEST LOSEY STREET, SCOTT AFB, IL 62225-5431/CC2
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a new 2.5GB wave telecommunications service connecting specific locations in Des Moines, IA, and Scott AFB, IL. Contractors are required to adhere to detailed technical specifications, including rigorous testing and acceptance metrics, with a final service date set for September 5, 2025. This telecommunications service is critical for ensuring reliable communication capabilities within the defense sector, emphasizing compliance with federal acquisition regulations and the avoidance of prohibited telecommunications equipment. Interested vendors must submit their proposals, including installation processes and compliance documentation, by the specified deadline, and can direct inquiries to Jennifer Voss or Kristina Hoff via email for further information.
    Start a 1 GB point to point commercial circuit intra Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the establishment of a 1 GB point-to-point commercial circuit within Europe. This procurement aims to secure telecommunications services that comply with specific commercial item terms and conditions, as outlined in the solicitation. The selected provider will be responsible for delivering the required services, with pricing structured around monthly recurring charges and non-recurring charges, evaluated through a lowest price technically acceptable (LPTA) source selection process. Interested vendors must contact Aaron Fuehne or Sarah Tyler for access to the solicitation documents and must provide their UEI or CAGE code for verification. The solicitation does not have a small business set-aside, and all quotations must adhere to the specified terms and conditions.