PROVIDE, INSTALL, AND MAINTAIN A LEASE 2.5GB WAVE SERVICE USING IQO BETWEEN BLDG 542, ROOM 1, 1400 32ND AVENUE NORTH, FARGO, ND AND BLDG 1575, ROOM C-1, 103 WEST LOSEY STREET, SCOTT AFB, IL.Y
ID: HC101325QA188Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)TELECOMMUNICATIONS DIVISION- HC1013SCOTT AFB, IL, 62225-5406, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 2.5GB wave service between Fargo, ND, and Scott AFB, IL. The procurement requires adherence to stringent technical specifications, including a minimum operational availability of 99.5%, a one-hour response time for repairs, and compliance with federal telecommunications standards. This service is critical for enhancing communication infrastructure across military and governmental locations, ensuring secure and effective operations. Interested vendors must submit detailed price quotes by March 27, 2025, and can contact Kendal Richter or Kevin Knowles for further information.

    Files
    Title
    Posted
    The Scott AFB / 2.5GB Wave Service document pertains to contracts and service specifications for fiber optic connectivity between several locations, including Scott AFB, DECC St. Louis, and Offutt AFB. It details specific addresses, identifiers (CLLI codes), and estimated fiber distances for interconnecting facilities, providing technical parameters vital for vendors responding to the request for proposal (RFP). Vendors are required to indicate on-net status with optical equipment at demarcation points and must not alter any technical specifications without government consent. The document emphasizes the importance of precise fiber distances from servicing wire centers if on-net connections are not available. All addresses mentioned are fictional, except for the key locations, and serve illustrative purposes for the RFP context. This document is an essential component of federal contracting efforts designed to enhance communication infrastructure across military and governmental locations, highlighting the regulatory requirements and standards that vendors must adhere to during the bidding process. The primary aim is to ensure optimal connectivity and service delivery across the outlined facilities.
    The document primarily discusses fictitious fiber routes that serve as examples in the context of government requests for proposals (RFPs) and grants. It highlights the importance of these routes for assessing potential telecommunications projects while emphasizing that the routes presented are not real but used for illustrative purposes only. This serves as a conceptual framework to inform stakeholders about the scope and potential applications of fiber optic infrastructure in federal or state-sponsored initiatives. The underlying objective is to facilitate an understanding of how such projects can be structured and evaluated within the realm of public funding opportunities. By providing these hypothetical examples, the document seeks to enhance the clarity and effectiveness of future proposals in the telecommunications sector.
    The document outlines a Request for Quotation (RFP) for a reaward to contractors for a telecommunications project involving the provision, installation, and maintenance of a 2.5GB wave service between two locations: Fargo, ND, and Scott AFB, IL. The RFP specifies technical requirements, compliance expectations, and service delivery timelines, stating that contractors must submit detailed price quotes by March 27, 2025, to be considered for evaluation. The service must maintain physical and operational diversity from existing telecommunications pathways, ensuring no overlap with current services. Contractors are required to coordinate with local points of contact for site surveys and to provide engineering documentation showing compliance with physical separation standards. The document also highlights the need for adherence to federal telecommunications standards, specifically prohibitions on using covered defense telecommunications equipment. Successful contractors must demonstrate a clear understanding of the service requirements and submit a detailed proposal to comply with these standards, emphasizing the government's commitment to secure and effective communications infrastructure.
    The document outlines the technical specifications and operational requirements for a federal government contract concerning a 2.5 Gbps single-mode fiber circuit service. Key specifications include full operational availability of 99.5% or better, with mandatory one-hour response time for repairs, and a dedicated path with SC connectors per ANSI standards. The vendor must conduct a satisfactory end-to-end test and provide detailed results to the accepting authority. A 24/7 operational center and visibility into circuit issues are required, alongside the coordination of site visits prior to installation. Performance metrics such as low errored seconds and round trip delays are specified to ensure service reliability and support government functions effectively. The document emphasizes adherence to stringent requirements and proper testing to maintain circuit integrity and responsiveness, which will be monitored by DISA and related authorities.
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTAIN A LEASE 2.5GB WAVE SERVICE USING IQO BETWEEN BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND AND BLDG 1000, ROOM 222, 900 SAC BLVD, OFFUTT AFB, NE.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 2.5GB wave service between two military locations: Building 110, Room 201 in Fargo, ND, and Building 1000, Room 222 at Offutt Air Force Base, NE. The procurement requires adherence to specific technical specifications, including a data rate of 2.5 GBPS, a minimum uptime of 99.5%, and a one-hour response time for repairs, ensuring reliable telecommunications infrastructure for military operations. This initiative is critical for enhancing connectivity and supporting broader government objectives in telecommunications. Interested vendors must submit their quotes by March 27, 2025, and can direct inquiries to Kendal Richter or Kevin Knowles via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 BACKBONE TRUNK BETWEEN THE DISA IE1 SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 891, RM 145, 7879 WARDLEIGH RD, HILL AFB, UT.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two military sites located at NAS Whidbey Island, WA, and Hill Air Force Base, UT. The project requires the establishment of a diverse fiber optic network with strict specifications, including a minimum separation of 50 meters from existing government service delivery points, and the use of single-mode fiber capable of supporting 10 Gbps transmission rates. This telecommunications infrastructure is critical for ensuring reliable and secure communications for government operations, with a service availability requirement of at least 99.5% and compliance with rigorous testing protocols. Interested vendors must submit their comprehensive price quotes by March 7, 2025, and ensure they meet the eligibility criteria, including a DITCO Basic Agreement, with the project completion deadline set for June 5, 2025. For further inquiries, potential bidders can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 25MB ETHERNET SERVICE BETWEEN BLDG 313; RM 115; VOLK FIELD NETWORK CONTROL CENTER; 313 BADGER AVE; CAMP DOUGLAS, WI, 54618 AND BLDG TOWER SHELTER; RM N/A; 46’07’18.9”N 89’42’46.9”W; BOULDER JUNCT
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a dedicated 25MB Ethernet service between the Volk Field Network Control Center and the Tower Shelter in Wisconsin. The procurement aims to ensure reliable telecommunications services, which are critical for operational efficiency and communication within defense operations. Interested contractors must submit detailed proposals that include pricing and technical compliance by the extended deadline of December 16, 2024, with the service expected to commence by May 23, 2025. For further inquiries, contractors can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED (10GB) WAVE DISA IE1 BACKBONE TRUNK BTWN: CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG 308, ROOM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected transparent leased 10GB wave trunk service between specific locations in Thurmont, MD, and Mechanicsburg, PA. Contractors are required to comply with stringent technical specifications, including total physical separation from related circuits, adherence to testing and acceptance protocols, and the provision of technical drawings for government records, with a service delivery deadline set for July 16, 2025. This procurement is critical for ensuring reliable telecommunications infrastructure that supports operational efficiency across military facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details and clarification on proposal submissions.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 TRUNK BETWEEN THE DISA IE1 ODXC SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 6071, SWITCH RM, N 16TH AND COLORADO AVE, JBLM, WA.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two critical locations in Washington state: Whidbey Island Naval Air Station and Joint Base Lewis-McChord. The procurement requires contractors to ensure complete physical diversity from existing services, adhere to strict telecommunications standards, and deliver comprehensive technical documentation, including connectivity diagrams and performance metrics, to support mission-critical communications infrastructure. This initiative underscores the importance of reliability and security in government telecommunications, with a service deadline set for June 5, 2025. Interested parties should direct inquiries to Maxwell Jones or Dale Rupright via email for further details.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE, BTN: A. (BLDG) MISSION POINT; (RM) 340; (FL) 3; 2601 MISSION POINT BLD; DAYTON, OH, 45431/CCI, AND B. (BLDG) 20676; (RM) 201, 2ND FLR; 2435 5TH STREET, WRIGHT PATTERSON AFB, OH 45433-50611/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet service at two locations in Dayton, Ohio. Contractors must comply with extensive testing and acceptance criteria, ensuring adherence to federal telecommunications standards and specific performance metrics. This telecommunications service is crucial for supporting government operations, emphasizing the need for timely and reliable service delivery. Interested contractors should note that the quote submission deadline is March 26, 2025, with a service activation date set for July 24, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED SERVICE ON THE IQO BULLETIN BOARD,BETWEEN:(BLDG) 200; (RM) LAN; (FL) 5TH; 200 12TH STREET SOUTH;ARLINGTON, VA 22202/CCI B. (BLDG) 201; (RM) LAN; 6TH FL; 201 12TH STREET SOUTH;ARLINGTON, VA, 22202/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 1GB dedicated telecommunications service between specified buildings in Arlington, VA. The procurement requires compliance with federal regulations and technical requirements, including adherence to testing and acceptance protocols, with a service start date set for June 18, 2025. This service is critical for ensuring secure and reliable communications within the agency, emphasizing the importance of national security in telecommunications. Interested contractors must submit their quotes, which should include detailed technical performance metrics and firm-fixed pricing, by March 18, 2025, at 4:00 PM CT. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via email at benjamin.r.sparlin.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, ROOM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. The procurement aims to enhance secure telecommunications capabilities, requiring compliance with specific technical standards, including operational uptime of 99.5% or better and a one-hour response time for repairs. This opportunity is critical for ensuring reliable communication infrastructure for government operations. Interested contractors must submit their detailed quotes by March 27, 2025, and can direct inquiries to Kendal Richter at Kendal.k.richter.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 109, (RM) 120; 4210 BRADLEY CIRCLE, MOODY AFB, GA 31699-1505 (MOODYAFB/CCI) AND (BLDG) 857; (RM) 123; 401 EAST MOORE DRIVE, GUNTER ANNEX, AL 36114-3001
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a channelized OC-12 fiber optic circuit between Moody Air Force Base in Georgia and Gunter Annex in Alabama. Contractors are required to meet specific technical standards and deliver the service by June 18, 2025, ensuring compliance with stringent performance and integrity testing protocols. This telecommunications service is crucial for maintaining effective communication capabilities within military operations. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 19, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further inquiries.