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.
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
    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) 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.

    Files
    Title
    Posted
    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.
    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.
    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 AN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, SECOND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND BLDG 2310, ROOM 130, 8575 JOHN J KINGMAN ROAD, FT BELVOIR,
    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 unprotected transparent channelized OC-3 (155.52 Mbps) lease between two government locations in Virginia. The contract requires vendors to meet stringent technical specifications, including a continuous operational availability of at least 99.5%, rapid troubleshooting with a one-hour response time, and successful completion of a 72-hour end-to-end test adhering to ANSI standards. This procurement is crucial for enhancing telecommunications infrastructure to support national operations, ensuring reliable and effective communication services. Interested contractors must submit their quotes by the specified deadline, ensuring compliance with all outlined requirements, and can direct inquiries to Kendal Richter or Kevin Knowles via email for further clarification.
    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 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.
    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.
    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.
    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.
    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, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & COLORADO AVE, JOINT BASE LEWIS/MCCHORD, WA 98433-9500.
    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 connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis/McChord in Tacoma, WA. Contractors are required to meet specific technical requirements, including configuring Ethernet frame sizes for jumbo frames, ensuring a round-trip delay of no more than 10 milliseconds, and providing detailed quotes that include Local Exchange Carrier (LEC) information and compliance with testing protocols. This procurement is critical for enhancing telecommunications capabilities within military operations, ensuring reliable and efficient service delivery. Interested contractors must submit their detailed proposals by December 9, 2024, and can direct inquiries to John Beckman or Dale Rupright via email for further clarification.
    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, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    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 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit (MTU) of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This procurement is critical for enhancing telecommunications capabilities within the military infrastructure, ensuring reliable and efficient communication services. Interested contractors must submit their quotes by October 21, 2024, and are encouraged to engage in pre-award site surveys to ensure compliance with all technical specifications and requirements. For further inquiries, contractors can contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.