PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FL; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, RM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
ID: HC101325QA174Type: 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
  1. 1
    Posted Feb 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

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) telecommunications service between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, including operational uptime of 99.5% or better, a one-hour response time for repairs, and adherence to testing standards, ensuring reliable service delivery. This procurement is crucial for maintaining secure and effective telecommunications capabilities for government operations, with quotes due by April 17, 2025, and service commencement expected on July 16, 2025. Interested vendors can direct inquiries to Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 3:04 PM UTC
The document outlines a Request for Proposal (RFP) for the 2.5GB Wave Service at Scott Air Force Base (AFB) and related locations. It details the essential addresses, including building numbers and location specifics at Scott AFB, Offutt AFB, and the DECC St. Louis, along with designated vendors and their corresponding Central Office (CO) designations. The RFP emphasizes that vendors must confirm whether they are on-net at demarcation points and provide fiber distance from the nearest Servicing Wire Center (SWC) if not. The estimated fiber miles and Round Trip Delays (RTDs) between locations indicate the required performance standards. Critical instructions prohibit vendors from altering technical parameters without government approval. The document serves as a guideline for potential vendors to ensure compliance with the government's telecommunications service specifications, reflecting the structured nature of federal RFP processes in pursuing secure and efficient communication infrastructures.
Mar 31, 2025, 3:04 PM UTC
The document outlines the use of fictitious fiber routes as examples within the context of federal and state RFPs (Requests for Proposals) and grants. While it lacks specific details, the primary purpose appears to be illustrating potential routes that organizations may consider when applying for funding or projects related to fiber infrastructure. This document serves to guide entities in understanding the types of routes that could be proposed for development and serves as a reference point for drafting their proposals. It emphasizes the importance of visual representation and planning in facilitating structured applications for funding opportunities in the telecommunications sector. Given its unclear structure and incomplete information, it primarily highlights broader considerations rather than detailed procedures or guidelines related to fiber route implementation. Overall, the document aims to assist applicants in conceptualizing and articulating their project proposals effectively in line with government funding requirements.
The document outlines the technical requirements and specifications for vendors submitting proposals for OC-3 circuit services for a federal agency. Key parameters include fiber termination specifications, operational uptime of 99.5% or better, and a one-hour response time for repairs. Vendors must provide circuit visibility, conduct a satisfactory 72-hour end-to-end test following ANSI standards, and maintain a 24/7 network operations center. The document specifies testing criteria, including error performance thresholds for availability, severely errored seconds, degraded minutes, and error-free seconds. Loss of Bit Count Integrity (LBCI) and round-trip delay measurements are also critical to ensure service reliability. Communication is emphasized, requiring vendors to inform authorities of circuit numbers and complete inside wiring prior to government service acceptance. Overall, the document represents a detailed Request for Proposal aimed at ensuring reliable telecommunications services for government operations, highlighting technical standards and operational commitments essential for contractor accountability and service delivery.
Mar 31, 2025, 3:04 PM UTC
This government inquiry concerns the administrative amendment of solicitation HC101325QA174-0001. The primary purpose is to extend the quote due date to April 17, 2025, and modify the service date to July 16, 2025, while maintaining all other solicitation details. Contractors are invited to provide a transparent OC-3 lease between designated locations in Arlington and Washington, DC. They must comply with technical requirements, including TSP assignment revalidation and channelization specifics. Contractors are responsible for submitting comprehensive quotes that detail how they will meet the requirements, without imposing conditions on the government. Pre-award site surveys are encouraged but at contractor expense. The amendment signifies the continuation of existing services, noting that the current service contract will be discontinued if the lowest-priced acceptable bid comes from the incumbent contractor. Overall, contractors must thoroughly understand the technical criteria and adhere to stipulated guidelines to avoid disqualification during the evaluation process. The document emphasizes compliance and provides contact information for inquiries to facilitate the submission process.
Mar 31, 2025, 3:04 PM UTC
This document outlines a government solicitation (HC101325QA174) from DITCO for a telecommunications service involving the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between specified locations in Arlington, VA, and the Pentagon. The solicitation emphasizes compliance with technical requirements, including channelization of STS-1's, prior testing coordination with CASA, and the necessity for physical separation from related service inquiries. Contractors must submit detailed quotes by March 27, 2025, which must be compliant with all standard provisions. The project mandates pre-award site surveys at the contractor's expense to assess work magnitude, and encourages inquiries for clarification during the bidding phase. The contractor is responsible for ensuring all installation and maintenance adhere to specified standards, including exercising end-to-end service control. Additionally, the document highlights the necessary documentation, including PowerPoint drawings showing route diversity and circuit tagging. Contractors are advised about essential technical aspects and the inclusion of specific provisions regarding telecommunications equipment related to national security concerns, emphasizing non-compliance will lead to disqualification in the evaluation and award process. Overall, the inquiry aims to enhance secure and effective telecommunication capabilities for government operations.
Similar Opportunities
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN(BLDG) 803, (ROOM) TELEPHONE ROOM, 3404 GEORGIA STREET, MOODY AFB, GA(MOODYAFB-CCI) AND (BLDG) 919, (ROOM) TELCO, (FLOOR) 1, 919 LANGLEY STREET, JACKSONVILLE NAS, FL(JKSVLNAS-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 an OC-12 (622.08MB) channel between Moody Air Force Base in Georgia and Jacksonville Naval Air Station in Florida. The contract requires vendors to ensure operational availability of at least 99.5%, adhere to specific performance characteristics, and conduct rigorous testing protocols, including a comprehensive 72-hour end-to-end test to confirm circuit integrity and error performance metrics. This telecommunications service is critical for supporting government operations, emphasizing the need for reliable and secure communication infrastructure. Interested contractors must submit their detailed price quotations by May 5, 2025, with service delivery expected by May 30, 2025; for further inquiries, contact Donna Voss at DONNA.M.VOSS7.CIV@MAIL.MIL or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT ETHERNET CIRCUIT WITH NO TAGGING FROM JOINT BASE ANACOSTIA, DC TO SUITLAND, MD.
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 Layer 2 point-to-point Ethernet circuit with a minimum bandwidth of 50 Mbps between Joint Base Anacostia, DC, and Suitland, MD. The procurement requires contractors to ensure copper electrical handoffs at both locations, conduct site surveys prior to installation, and adhere to strict maintenance standards, including a service availability of 99.5% or better and prompt response times for outages. This telecommunications service is critical for maintaining effective communication and operational capabilities within the Department of Defense. Interested parties must submit their quotes by May 9, 2025, and can direct inquiries to Shawn Arentsen or Amanda Romanitis via email for further information.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 168, ROOM 141, 168 IZZEA STREET, OTIS ANGB, MA AND BLDG 1646A, FRAME ROOM, 81 GRENIER STREET, HANSCOM AFB, MA.
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 2.5GB wavelength service between two military locations in Massachusetts. The procurement aims to enhance telecommunications infrastructure critical for military operations, requiring compliance with specific technical standards and operational redundancy to ensure reliability. Contractors must submit detailed proposals that include installation methods and adherence to Federal Acquisition Regulation (FAR) clauses, with a deadline for quotes set for May 12, 2025, and a service commencement date expected by September 6, 2025. For further inquiries, interested parties may contact Jennifer Voss or Kristina Hoff via email.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN A. BLDG 700, ROOM 116, 1356 ATLANTIC AVENUE, DOBBINS ARB, GA (DBBNSARB/CCI) AND B. BLDG 214, FRAME ROOM, 150 RICHARD RAY BLVD, ROBINS AFB, GA. (ROBNSAFB/CCI)
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 telecommunications circuit (622.08 MB) connecting Dobbins Air Reserve Base and Robins Air Force Base in Georgia. The contractor must ensure a fully operational service with a guaranteed availability rate of at least 99.5%, immediate response to outages, and compliance with stringent technical requirements, including detailed circuit installation methods and network survivability plans. This procurement is critical for maintaining robust telecommunications capabilities within the military infrastructure, with proposals evaluated based on the lowest total life cycle cost. Interested contractors should submit their quotes by the specified deadline, and for further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT ETHERNET CIRCUIT WITH NO TAGGING FROM THURMONT, MD TO SUITLAND, MD.
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 50 Mbps minimum Layer 2 point-to-point Ethernet circuit connecting Thurmont, MD, to Suitland, MD. The procurement requires vendors to deliver copper electrical handoffs at both locations, conduct site surveys, and ensure compliance with stringent service performance standards, including 99.5% availability and rapid response times. This telecommunications solution is critical for maintaining reliable connectivity and operational efficiency within government operations. Interested small businesses must submit their quotes by the specified deadline, with the contract potentially spanning up to five years, and can direct inquiries to Shawn Arentsen or Amanda Romanitis via email for further details.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 700, (ROOM) 116, 1356 ATLANTIC AVENUE, DOBBINS ARB, GA(DBBNSARB/CCI) AND (BLDG) 857, (ROOM) 122, 401 EAST MOORE AVE, MAXWELL AFB GUNTER ANNEX, AL(GNTRANNX/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 channelized OC-12 telecommunications circuit between Dobbins Air Reserve Base in Georgia and Maxwell Air Force Base Gunter Annex in Alabama. The objective is to establish a reliable telecommunications infrastructure that meets stringent performance metrics, including 99.5% availability and rapid response times for repairs, with the circuit required to be operational by September 11, 2025. This procurement is critical for supporting government operations and ensuring effective communication capabilities. Interested contractors must submit their quotes via the IDEAS system by the specified deadline, and for further inquiries, they can contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAINS A 1GB ETHERNET BETWEEN BLDG 400, ROOM 1184, 1ST FLOOR, 400 GIGLING ROAD, SEASIDE, CA 93955/CCI AND BLDG 379, BELL ROOM 23, 470 C STREET, RANDOLPH AFB, TX 78150/CC2.
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 connecting two locations: Building 400 in Seaside, CA, and Building 379 in Randolph AFB, TX. Contractors are required to meet specific technical specifications, including the use of a fiber optic connection with 1000BASELX and LC connectors, while adhering to federal procurement regulations and performance standards. This telecommunications service is critical for ensuring reliable communication between the two sites, with proposals due by May 12, 2025, and a required service start date of September 8, 2025. Interested contractors can reach out to Shannon Scheffel or Dale Rupright via email for further inquiries.
SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
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 new 1GB Ethernet commercial lease connecting two specific buildings in Bremerton, Washington. Contractors are required to comply with detailed technical specifications, including providing circuit routing maps, ensuring physical diversity in routing, and adhering to ITU-T Y.1564 standards for acceptance testing. This procurement is crucial for enhancing telecommunications infrastructure within federal facilities, reflecting the government's commitment to advanced communication technologies. Interested contractors must submit their proposals by March 31, 2025, with a service date set for June 16, 2025; for further inquiries, they can contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN LEASE 10GB WAVE SERVICE BETWEEN (BLDG) 2664; (RM) 101; NAVAL AIR WEAPONS STATION CHINA LAKE, CA 93555 AND (BLDG)1482; (RM) 169; 1482 READ ROAD, NAS NORTH ISLAND, SAN DIEGO, CA 92135
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 10GB wavelength service between Naval Air Weapons Station China Lake, CA, and NAS North Island, San Diego, CA. Contractors are required to submit comprehensive proposals that detail circuit installation, compliance with technical specifications, and adherence to Federal Acquisition Regulations, with a focus on ensuring network reliability and uninterrupted service. This procurement is critical for enhancing telecommunications infrastructure, supporting military operations, and improving connectivity between key locations. Quotes are due by April 28, 2025, with a service commencement deadline of May 14, 2025. Interested parties can contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further information.
PROVIDE, INSTALL, AND MAINTAIN TWO (2) MEASURED BUSINESS LINES.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of two measured business telephone lines. The contractor will be responsible for preserving existing phone numbers, ensuring rapid response to service outages, and adhering to federal telecommunications regulations, including compliance with call blocking and privacy protocols. This procurement is critical for maintaining secure and reliable telecommunications services essential for operational efficiency. Proposals are due by May 8, 2025, with a target service initiation date of May 19, 2025. Interested contractors can reach out to Shawn Arentsen or Amanda Romanitis via email for further inquiries.