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, 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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Peterson Space Force Base establishes the requirements for commercial internet and WiFi services through Blanket Purchase Agreements (BPA). It outlines that vendors must demonstrate the technical capability to provide installation, maintenance, troubleshooting, and clear billing for these services. The PWS requires pricing for varying internet speeds, with immediate service response to outages expected within four hours on weekdays. Contractors are mandated to coordinate with the Civil Engineering Squadron for any installations that involve government property. Additional operational details include that services must be available seven days a week, adherence to installation security policies, and notification protocols for traffic disruptions. Contractors are also responsible for safety procedures in confined spaces as outlined by Air Force regulations. The document emphasizes the importance of maintaining detailed records of cable layouts for any modifications made to the connectivity infrastructure. Overall, this PWS demonstrates the government's intention to secure reliable and responsive internet service at Peterson SFB, ensuring compliance with various operational standards.
    The document outlines the solicitation FA251724Q0093, detailing compliance requirements, relevant clauses, and contractual obligations for contractors engaged with the Department of Defense (DoD). It incorporates clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), emphasizing necessities such as compensation standards for former DoD officials, whistleblower rights, and cybersecurity compliance related to safeguarding covered defense information. Key provisions include mandates on electronic submission of payment requests, prohibitions on certain telecommunications equipment, guidelines for subcontracting with small businesses, and reporting obligations on greenhouse gas emissions for larger contracts. The document also addresses regulatory compliance for child labor, tax liabilities, and certifications regarding prohibited activities with entities like the Maduro regime and unlawful operations in Sudan and Iran. This solicitation aims to ensure contractors adhere to federal statutes and executive orders relevant to commercial products and unveil the standards expected for bid submissions, promoting transparency and ethical practices within government contracting. Its comprehensive nature reflects the rigorous criteria imposed on potential contractors to align with government policies, safeguard national interests, and maintain accountability in federal procurements.
    The document outlines the terms and conditions for a Blanket Purchase Agreement (BPA) between the United States Government and a contractor for commercial internet Wi-Fi services at Peterson Space Force Base from September 1, 2024, to August 31, 2029. It specifies that the Government is only obligated to pay for authorized calls placed within the framework of the BPA, and pricing must remain competitive with the contractor’s best rates offered to other customers. Payments will be made via Government Purchase Card, and invoices must include detailed information such as itemized services, shipping details, and contact information for payment-related issues. The agreement limits individual purchases to $25,000 and requires that purchases be made by authorized personnel only. In summary, this BPA establishes a structured financial and operational framework for securing internet services, ensuring transparency, accountability, and compliance with government procurement regulations. It illustrates the government's effort to maintain control over expenditures while providing essential services through a clear purchasing protocol.
    The document appears to contain corrupted or encrypted text and lacks discernible structure or coherent content related to government RFPs, federal grants, or state/local RFPs. It contains a mix of symbols, code, and fragmented phrases that do not provide actionable information or contexts. Due to the loss of clarity and meaningful content, it's impossible to summarize effectively or identify specific topics, key ideas, or supporting details. This may require access to an uncorrupted version or further context to derive any relevant insights regarding governmental processes or funding opportunities.
    The 21st Contracting Squadron (21 CONS) intends to establish one or more Blanket Purchase Agreements (BPAs) for commercial internet wifi services at Peterson SFB, CO. This notice acts as a solicitation for potential vendors who can fulfill the outlined requirements in the attached Performance Work Statement. Interested providers must confirm their authorization as wifi service providers, disclose their servicing office location, and provide pricing based on specified service tiers. The government aims to award BPAs to vendors offering fair and reasonable prices. The relevant North American Industry Classification System (NAICS) code is 517112, designating wireless internet service providers, with a Product Service Code (PSC) of DG10 for IT and telecom network services. There are no set-asides for this procurement. The response deadline is set for 16 August 2029, and the government retains the right to cancel this notice without obligation to reimburse costs incurred by vendors. Interested parties should send responses to Contracting Officer Jake Hluska via the provided email. The document includes attachments detailing the Performance Work Statement, clauses, and terms and conditions associated with the contract.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for commercial lodging services near Peterson Space Force Base in Colorado. The procurement aims to provide single and double occupancy hotel or motel accommodations for military personnel, ensuring compliance with specific performance standards, including security, sanitation, and 24-hour check-in services. This initiative is crucial for supporting the lodging needs of Air Reserve Airmen during training weekends and other assignments. Interested vendors must submit their quotes by November 25, 2029, and adhere to the established guidelines, including compliance with GSA per diem rates. For further inquiries, potential bidders can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Buyer not available
    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.
    Internet Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force at Barksdale Air Force Base, intends to award a sole source contract for internet services to Cebridge, operating as Optimum, through a Blanket Purchase Agreement (BPA). This procurement aims to ensure a seamless continuation of internet services, addressing the fluctuating connectivity demands of various base departments while minimizing disruptions associated with transitioning to a new provider. The decision to pursue a sole source contract is supported by market research indicating that switching providers could jeopardize critical operations and necessitate significant infrastructure updates. Interested firms contesting this designation must provide compelling evidence of their capability to meet the base's needs without incurring excessive costs or delays. For inquiries, interested parties may contact SrA Lorenzo Kawaihalau-Delena at lorenzo.kawaihalau-delena@us.af.mil or Thomas Hutchins at thomas.hutchins.2@us.af.mil.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    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.
    Wifi Installation and Service-Utah Test and Training Range (UTTR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation and service of WiFi at the Utah Test and Training Range (UTTR), focusing on Building 40100. The project aims to upgrade the existing commercial internet service to enhance cellular infrastructure, targeting speeds of 100 Mbps download and 10-20 Mbps upload to support multiple users, which includes conducting a site survey, procuring equipment, installing new hardware, and providing staff training. This initiative is crucial for improving operational capabilities and service quality through updated technology infrastructure. Interested parties must respond to the Request for Information (RFI) by noon MST on February 25, 2025, and provide necessary company details, including proof of capability and registration in the System for Award Management database. For further inquiries, contact Amber Marshall at amber.marshall.4@us.af.mil or Bryce Michelson at bryce.michelson@us.af.mil.
    AMEND 002-PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET LEASE BETWEEN BLDG 1700, ROOM G1-315, 1700 N. WHEELING ST, AURORA, CO 80045 (AURORA/CCI) AND BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/CCI).
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain a 1GB Ethernet lease between specified locations in Aurora, CO, and Buckley SFB, CO. The procurement aims to secure essential telecommunications services that support federal operations, ensuring compliance with technical specifications and performance metrics. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by February 24, 2025, with the service date set for April 14, 2025. For further inquiries, contractors can contact Kendal Richter or John Warner via email at their respective addresses provided in the solicitation documents.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry feedback for a Blanket Purchase Agreement (BPA) focused on L-band Tactical (LTAC) and L-band Airborne for Intelligence, Surveillance, and Reconnaissance (LAISR) services. The objective is to establish a contract vehicle that provides access to global L-band managed services to support military communications needs, emphasizing reliability, operational availability, and adherence to security protocols. Interested vendors are encouraged to review the draft Performance Work Statement (PWS) and submit their feedback, along with relevant company information, by February 28, 2025, at 3:30 PM EST, to the designated contacts, Ms. Anar Wagner and Mr. Orlando Holloway, via email.
    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.
    97 IS NIPR Expansion Project (Offutt AFB, NE)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking small businesses to participate in the 97 IS NIPR Expansion Project at Offutt Air Force Base (AFB) in Nebraska. The project involves the engineering, installation, and testing of network equipment and premise wiring to enhance the Non-classified Internet Protocol Router Network (NIPRNet) by installing new wiring and network switches in Building 301D. This initiative is critical for ensuring adequate network infrastructure to support operational efficiency, as it aims to address a shortfall of approximately 156 NIPR ports across various office spaces. Interested vendors must register in the System for Award Management (SAM) and submit their proposals by March 13, 2025, with questions due by March 3, 2025. For further inquiries, contact Elle Gross at 402-294-9601 or via email at elselarang.gross.2@us.af.mil.
    PROVIDE, INSTALL AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 6 MEGABIT UP AND DOWNLOAD SPEEDS AT 9399 JEFF FUQUA BLVD SOUTH, ORLANDO, FL 32827
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of internet service at 9399 Jeff Fuqua Blvd South, Orlando, FL 32827. The required service must deliver a minimum bandwidth of 6 Megabits per second for both upload and download, with the possibility of higher speeds if offered at a lower cost, while ensuring that existing services remain unaffected and avoiding satellite links. This procurement is critical for maintaining reliable telecommunications services, with specific service level commitments including a 30-minute response time for outages and a 2-hour restoration goal. Interested contractors must submit their quotations by February 28, 2025, at 4:00 PM, and can reach out to Shawn Arentsen or Amanda Romanitis via email for further inquiries.