Peterson SFB Wifi Services
ID: FA251724Q0093Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for securing one or more Blanket Purchase Agreements (BPA) for commercial internet and WiFi services at Peterson SFB, CO. Vendors must demonstrate their ability to provide comprehensive internet access and customer support, including maintenance, troubleshooting, and clear billing practices. The document specifies a range of internet speeds for services (from 1MB to 1GB) and mandates a quick response time for service outages, particularly within four hours on weekdays. Contractors must coordinate with the 21 Civil Engineering Squadron for installations requiring modifications to government property, ensuring necessary authorizations are in place. The service provisions are required year-round but do not necessitate contractor personnel to be onsite daily. Compliance with installation security and safety protocols, especially regarding confined spaces, is emphasized. Additionally, contractors must provide advanced notice for any work that disrupts base traffic and maintain accurate records of cable layouts for any connectivity modifications. Overall, the PWS is integral for establishing reliable internet services on the base, demonstrating the government's commitment to ensuring effective communication infrastructure.
    This document outlines the solicitation FA251724Q0093, detailing compliance requirements and clauses applicable to contracts involving procurement within the Department of Defense (DoD). It consists of various clauses emphasizing obligations such as compensation regulations for former DoD officials, safeguarding sensitive information, and specific requirements regarding telecommunications and business practices. Key clauses also include instructions for electronic payment processing via the Wide Area Workflow system, certifications related to business partnerships, and compliance with federal regulations concerning environmental initiatives. The structure highlights multiple sections categorized by clauses incorporated by reference and those presented in full text, covering legal requirements and procedural obligations for contractors. The purpose of this solicitation is to ensure that contractors adhere to established regulations, maintain transparency, and promote ethical practices while performing government contracts. This comprehensive approach addresses critical compliance and governance areas relevant to federal acquisitions, ensuring that contractors operate within established legal frameworks to support national defense efforts.
    The file outlines the terms and conditions of a Blanket Purchase Agreement (BPA) between the U.S. Government and a contractor for commercial internet wifi services at Peterson Space Force Base from September 1, 2024, to August 31, 2029. The agreement specifies that the government is only obligated to pay for services actually ordered, with pricing to be competitive with the contractor's best customers. The contractor must provide an annual price list and invoices that include detailed billing information and adhere to the government's payment methods, including the use of a Government Purchase Card (GPC). Invoices must be submitted monthly or upon BPA expiration, and individual purchases are limited to $25,000. Authorized personnel will place orders, and delivery documentation must be provided with each shipment. Overall, the BPA facilitates a streamlined process for acquiring essential wifi services while maintaining accountability and regulatory compliance. This document serves as a critical guide in navigating federal procurement processes, ensuring clarity in obligations and procedures for both parties involved in the agreement.
    The document appears to be a compilation of requests for proposals (RFPs), federal grants, and state or local RFPs. Its primary focus centers on various government-funded projects, detailing intended outcomes, evaluation criteria, and funding requirements. Key ideas include the need for qualified bidders to demonstrate expertise in specific areas of service or product provision, adherence to federal regulations, and the significance of project timelines. Supporting details encompass technical specifications, compliance guidelines, reporting requirements, and bidding processes. The document emphasizes aligning proposals with government priorities and outcomes, as well as budgetary constraints. Overall, this document serves as a vital resource for organizations seeking government contracts, offering insights into the competitive landscape and the imperative of demonstrating value and capacity in proposed projects. Its structure aids in guiding potential bidders through the complexities of the application process for federal and local funding opportunities, highlighting the importance of meticulous preparation and adherence to stipulated requirements for success in securing contracts.
    The 21st Contracting Squadron (21 CONS) intends to establish one or more Blanket Purchase Agreements (BPAs) for commercial wifi services at Peterson Space Force Base (SFB), CO. This notice serves as the solicitation for interested vendors, who must verify their status as authorized providers, include pricing for various service tiers, and comply with provided clauses and terms. The award will be granted to those who present fair and reasonable pricing, as per the guidelines in the attached Performance Work Statement. There is no set-aside for this solicitation, and the response deadline is August 16, 2029. Interested parties are cautioned that the government may cancel this notice without obligation for cost reimbursement. Responses should be directed to Contracting Officer Jake Hluska at the provided email address. Overall, the document outlines an opportunity for vendors to provide essential internet services to a military installation, emphasizing compliance with specific requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Dish SATV BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide and maintain commercial and Government satellite television (SATV) services at Buckley Space Force Base in Colorado. The contractor will be responsible for installing equipment and delivering satellite programming across multiple locations on the base, with the flexibility to expand services as needed through a Blanket Purchase Agreement (BPA). This procurement is particularly significant as it emphasizes participation from Women-Owned Small Businesses (WOSB), aligning with government initiatives to enhance diversity in federal contracting. The total funding amount for this opportunity is $47 million, with services expected to commence on October 1, 2024, and continue through September 30, 2025, with options extending to 2029. Interested parties should direct inquiries to Koby Trotter at koby.trotter@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil, with questions due by September 10 at 2:00 PM MST.
    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.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Active
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    CCTV for bldg. 1471 and bldg. 1840 Peterson SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a new Closed Circuit Television (CCTV) system at buildings 1471 and 1840 on Peterson Space Force Base in Colorado. The project involves removing outdated CCTV equipment and installing a modern system that enhances security capabilities while ensuring compliance with federal and state regulations, including environmental requirements. This initiative is crucial for improving security coverage to support mission objectives and safeguarding government property. Interested small businesses must submit their quotations by September 20, 2024, including a cover letter, technical approach, and pricing information, with the contract expected to be awarded based on the lowest price technically acceptable criteria. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or Ralph E. Mayer at ralph.mayer@spaceforce.mil.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    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.
    Starlink Flat Panel High Performance Terminal Kit and Accessories.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Starlink Flat Panel High Performance Terminal Kits and associated accessories under solicitation number FA664824Q0020. This requirement is a total small business set-aside and aims to enhance military communications by providing reliable high-speed, low-latency internet in remote areas, which is critical for operational efficiency. The procurement includes specific items such as terminal kits, adapters, cables, and activation fees, with a focus on Starlink products as the sole provider of this specialized satellite service. Interested vendors must submit their quotes by September 20, 2024, at 11:00 AM EST, and can contact Sandy Guite at sandy.guite@us.af.mil for further information.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 1
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking proposals for the installation of a Vindicator Badge Manager System to enhance access control capabilities. The project requires the provision of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which must be compatible with the existing Honeywell Vindicator system, to manage Discrete Control Authorizations (DCAs) for Restricted Area Badges (RAB). This initiative is critical for maintaining security protocols and compliance with military directives, ensuring that only authorized personnel can manage access to sensitive areas. Quotes are due by September 25, 2024, at 10 AM MT, and interested vendors should contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil for further details.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    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 an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 1)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the upgrade of security systems at Building 1844, Peterson Space Force Base, under solicitation number FA2717-24-Q-0116. The project entails the design, purchase, installation, replacement, and testing of a new PL4 AMAG Access Control System (ACS), replacing the existing GE Diamond system, with a performance period from September 30 to December 1, 2024. This procurement is crucial for enhancing the security infrastructure at the base and is exclusively set aside for small businesses under NAICS code 561621. Interested offerors must submit their quotations, including a cover letter and detailed technical and pricing information, by September 20, 2024. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or call 719-556-9087.