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
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting qualified contractors for Wet/Dry Suppression Services at Peterson Space Force Base in Colorado. The contractor will be responsible for inspecting, testing, and maintaining wet and dry chemical fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining operational safety and readiness at the facility, with a Firm Fixed Price structure covering a base year and four option years, starting February 17, 2026. Interested small businesses must submit their quotes by January 12, 2026, and can direct inquiries to Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update provisions and clauses, revise wage determinations, and extend the proposal submission deadline to February 6, 2026, at 1400 Central Time. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for ensuring operational efficiency and reliability at military installations. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding the solicitation.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    BRAND NAME Starlink Roam-Unlimited Satellite Internet Service and Starlink Mini Equipment Packages with Ancillary supplies
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking proposals for the procurement of Brand Name Starlink Roam-Unlimited Satellite Internet Service and Starlink Mini Equipment Packages, along with ancillary supplies. This opportunity is structured as an OPEN-MARKET Firm Fixed Price (FFP) Request for Quotation (RFQ) and is set aside for small businesses, with an anticipated award date of February 10, 2026. The services are critical for providing secure and reliable communication for staff working in remote areas where traditional internet services are inadequate, with an estimated contract value of $484,000 over a five-year period. Interested vendors should ensure active registration in the System for Award Management (SAM) and may contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738 for further details.
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in areas such as help desk support, workspace management, and productivity tools. Interested vendors must demonstrate their capabilities and expertise, provide a price list, and submit at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This opportunity is a total small business set-aside, with BPAs awarded on a six-month rotation through June 2029, and interested parties must submit their documentation by April 30 for June awards or October 31 for December awards. For further inquiries, vendors can contact Rebecca Collins at rebecca.m.collins17.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for Cable TV and Wired and Wireless Internet Service on Fort Drum, NY. This service is typically used to provide communication and entertainment options to military personnel stationed at Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 517111. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking a qualified contractor for the maintenance and inspection of the Fire Department Burn House and associated firefighting training props at Schriever Space Force Base in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including structural integrity inspections, annual maintenance, and emergency repairs. This contract is a total small business set-aside under NAICS code 811310, with a firm-fixed-price award anticipated for the lowest-priced, technically acceptable offeror. Quotes are due by January 9, 2026, and questions must be submitted by December 29, 2025; interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further information.