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
  1. 1
    Posted Aug 16, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 20, 2025, 12:00 AM UTC
  3. 3
    Due Aug 16, 2029, 4:00 PM UTC
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
Feb 20, 2025, 7:06 PM UTC
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.
Feb 20, 2025, 7:06 PM UTC
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.
Feb 20, 2025, 7:06 PM UTC
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.
Feb 20, 2025, 7:06 PM UTC
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 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.
Local Telecommunication Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide local telecommunication services at Space Base Delta 1, encompassing Peterson SFB, Schriever SFB, and Cheyenne Mountain SFS in Colorado. The procurement aims to deliver essential services such as local exchange access, IP transport, and emergency communication functionalities, while ensuring compatibility with existing infrastructure owned by Lumen. This contract is critical for maintaining operational effectiveness and emergency preparedness within military contexts, with a timeline for service commencement set between October 2025 and January 2026. Interested parties should respond to the sources sought notice by providing company details and confirming their ability to meet the outlined requirements, with a meeting scheduled for May 6-7, 2025, to discuss further details. For inquiries, contact Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
JBSA Lackland Library Internet Services
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of wireless commercial internet services at the JBSA Lackland Library located in Texas. The contractor will be responsible for all aspects of the project, including the assembly, installation, and monthly service of the internet system, as well as circuit testing and troubleshooting. This project is critical for ensuring reliable internet access within the library's 18,000 square feet, and the contractor must develop a Heat Map to determine the optimal placement of Wireless Access Points. Interested contractors should note that they are responsible for supplying all necessary patch cables and equipment to extend the circuit from the Base Commercial Demarc at Building 5100 to Building 6114, as the government will not provide this infrastructure. For further inquiries, potential bidders can contact Eric Brittine at eric.brittine@us.af.mil or Venetia Shaw at venetia.shaw.2@us.af.mil.
Amendment 1 - Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking proposals for the maintenance and repair of vehicle barriers at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring their functionality and compliance with safety standards. This procurement is critical for maintaining the security infrastructure of the base, which includes a total of forty-four operational vehicle barriers and associated control systems. Interested small businesses must submit their quotes by May 9, 2025, following a scheduled site visit on April 28, 2025, and can direct inquiries to Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
Peterson SFB Next Generation Gateway (NGG) Power Upgrade
Buyer not available
The Department of Defense, through the Department of the Air Force, is conducting market research for a potential Next Generation Gateway (NGG) Power Upgrade at Peterson Space Force Base in Colorado Springs, Colorado. The objective is to gather information from interested vendors regarding the installation of essential power infrastructure upgrades, including new busway tap boxes, circuit breakers, and power distribution units (PDUs) to support the Department's Zero Trust Security Suites. This upgrade is critical for ensuring operational readiness and compliance with future security standards within military infrastructure. Interested parties should respond to the Sources Sought announcement by April 30, 2025, providing details on capabilities, delivery times, and relevant certifications, and may contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597 for further inquiries.
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.
Purchase Twelve Starlink
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking responses from qualified small businesses for the procurement of twelve (12) Starlink High Performance Dish units, along with one month of subscription service, to enhance internet connectivity for training operations in remote areas. The primary objective is to ensure reliable, high-speed internet access, with performance requirements including a minimum of 100 Mbps connectivity, quick setup by non-specialized personnel, and functionality in extreme weather conditions, thereby improving command and communication capabilities during field training exercises. Interested small businesses are encouraged to submit their capabilities and relevant experience by April 25, 2025, at 11:00 a.m. ET, to the primary contact, Eric V. Tollefson, via email at eric.v.tollefson.civ@army.mil, or to the secondary contact, Samuel M. Henderson, at Samuel.M.Henderson1.civ@mail.mil.
Baseband Backhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information through a Request for Information (RFI) to identify sources capable of providing a high-capacity, reliable baseband backhaul communications system. This system is intended to enhance communication capabilities for Tactical Air Control Party (TACP) forces, addressing critical shortfalls in bandwidth, mobility, and security necessary for operations in contested environments. The desired solution must integrate commercial and military satellite communications, alongside 4G LTE/5G cellular and WiFi networks, while meeting specific operational thresholds for network speed, interoperability, and security compliance with military standards. Interested vendors are encouraged to submit detailed capabilities, product specifications, potential costs, and compliance with industry regulations by April 25, 2025. For further inquiries, respondents may contact Jared Rush at jared.rush@us.af.mil or Anthony Walker at anthony.walker.42@us.af.mil.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 200MB UP AND DOWNLOAD SPEEDS TO 168 KINGS RD. PALM BEACH, FL 33480
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 commercial internet service at 136 Kings Rd., Palm Beach, FL, with a minimum speed requirement of 200MB for both upload and download. The procurement emphasizes the need for reliable telecommunications infrastructure, ensuring 99.5% service availability and rapid response times for outages, while avoiding satellite links and adhering to strict technical acceptability criteria. Interested contractors must submit their quotes by May 12, 2025, with the service commencement date set for June 27, 2025. For further inquiries, potential bidders can contact Shawn Arentsen or Amanda Romanitis via email at shawn.m.arentsen.civ@mail.mil and amanda.m.romanitis.civ@mail.mil, respectively.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.