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 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.
    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.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Local and Long-Distance Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    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 an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Buyer not available
    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.