ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Final Solicitation for Cellular Wireless Managed Services (CWMS) 3.0

DEPARTMENT OF HOMELAND SECURITY 70RTAC25R00000010
Response Deadline
Nov 24, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security (DHS) is soliciting proposals for a single-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Cellular Wireless Managed Services (CWMS) 3.0, aimed at providing comprehensive cellular wireless solutions across its components. The contract will cover approximately 150,000 lines of service, focusing on reducing costs, enhancing efficiencies, and ensuring timely access to advanced wireless tools and services. This procurement is critical for maintaining effective communication capabilities within the DHS, with a maximum ceiling value exceeding $3 billion and a minimum guarantee of $2,500. Interested small businesses must submit their proposals in two phases, with Phase 1 due by November 24, 2025, and Phase 2 by December 17, 2025; questions regarding the RFP are due by November 12, 2025. For further inquiries, contact Sohl Han at sohl.han@hq.dhs.gov or Nicole Belanger at nicole.belanger@hq.dhs.gov.

Classification Codes

NAICS Code
517121
Telecommunications Resellers
PSC Code
DE02
IT AND TELECOM - MOBILE DEVICE SUPPORT SERVICES (LABOR)

Solicitation Documents

13 Files
70RTAC25R00000010_0001_RFP Continuation Pages.pdf
PDF593 KBNov 20, 2025
AI Summary
The Department of Homeland Security (DHS) Office of the Chief Information Officer (OCIO) has issued a Request for Proposal (RFP) No. 70RTAC25R00000010 for a department-wide, single-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Cellular Wireless Managed Services (CWMS). This RFP is a small business set-aside under NAICS Code 517121. The acquisition process involves a two-phase submission: Phase 1 (Pass/Fail) due November 24, 2025, and Phase 2 (Trade-Off) due December 17, 2025. Questions are due by November 12, 2025. Proposals require both written submissions (technical and price volumes) and a video presentation for Factor 4, Web Portal Capability. Key evaluation factors include Facility Clearance, Commitment Letters from Carriers, Management Approach, Web Portal Capability, Past Performance, and Price. The IDIQ contract has a base period of 12 months with nine 12-month option periods, a minimum guarantee of $2,500, and a maximum ceiling of over $3 billion. It supports various order types (FFP, T&M, LH) and mandates Top Secret Facility Clearance for the prime contractor.
70RTAC25R00000010_0001_Attachment 1_Statement of Work.pdf
PDF548 KBNov 20, 2025
AI Summary
The Department of Homeland Security (DHS) is issuing a Statement of Work (SOW) for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Cellular Wireless Management Services (CWMS) for 2025-2035. This contract aims to provide comprehensive commercial cellular wireless managed services to DHS and its components, covering approximately 150,000 lines of service. The objective is to reduce wireless costs, improve program efficiencies, and provide timely access to the latest cellular wireless tools and services. The SOW outlines mandatory "Core Services" including Program Management, Performance Management, Telecommunications Expense Management Services (TEMS), Management Portal, Service Desk Support, and Transition Services. It also includes "Optional Services" such as Cellular and Satellite Wireless Devices, Mobile Device Management (MDM) Services, Labor Support, and In-Building Cellular Enhancement Services. The contract emphasizes stringent security requirements, detailed deliverables, and service level agreements (SLAs) for logistics and service desk operations. The contractor will be responsible for full device lifecycle management, contractual and financial services, and providing a FedRAMP-approved management portal to centrally manage all services.
70RTAC25R00000010_0001_SF30.pdf
PDF89 KBNov 20, 2025
AI Summary
Amendment 0001 to Solicitation 70RTAC25R00000010, issued by the U.S. Department of Homeland Security's Office of Procurement Operations, Information Technology Acquisition Center (DHS/OPO/ITAC), addresses vendor questions, updates the RFP continuation pages, revises the Statement of Work, and modifies the Pricing Template. This amendment, effective November 6, 2025, requires offerors to acknowledge its receipt by completing Items 8 and 15, returning copies of the amendment, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in the rejection of offers. The amendment ensures that all terms and conditions of the original solicitation remain in full force and effect, except as modified herein.
70RTAC25R00000010_0001_Attachment 3_Pricing Template.xlsx
Excel61 KBNov 20, 2025
AI Summary
The document outlines a comprehensive pricing and services framework for government contracts, focusing on core services, Mobile Device Management (MDM), carrier services, licensing, and labor support. It details a weighted cost evaluation system for a sample order, with Core Services carrying the highest weight at 60%. The file provides specific instructions for calculating costs across a base period and nine option periods, including anticipated inventory growth for devices and services. Key services include cellular and Wi-Fi device support, various tiers of MDM service desk support, and a range of software licenses such as Apple Care and VMware AirWatch. Labor support covers positions from Helpdesk Specialists to Project Managers, with defined hourly rates and annual work hours. Carrier services specify requirements for major providers like AT&T, FirstNet, Verizon, and T-Mobile, detailing service plans for phones, smartphones, tablets, and eSIMs, including domestic and international options with specific usage scenarios. The document emphasizes that pricing must align with GSA schedules or commercial rates, and all unit prices are critical for the overall price evaluation.
70RTAC25R00000010_0001_Vendor Questions and Responses on Final RFP.xlsx
Excel23 KBNov 20, 2025
AI Summary
This document compiles vendor questions and government responses regarding the CWMS 3.0 FINAL RFP, a federal contract with a ceiling value exceeding $3 billion. Key issues addressed include clarifying that this is the final solicitation, not a draft, and setting the Phase 2 invitation date for December 3, 2025. The government clarified that past performance evaluations will only consider the prime offeror, not major subcontractors, and confirmed that a separate FirstNet commitment letter is required. Page limits for the Management Approach section have been increased to 15 pages. The document also clarifies billing treatment for carrier charges, portal readiness milestones, and security requirements, stating that FedRAMP "In Process" status is acceptable for the web portal at the time of Phase 2 proposal submission. Additionally, it specifies that service level agreements apply at the task order level, not the IDIQ contract, and that the upgrade refresh cycle is 10 to 18 months, not 24. The government will not award initial task orders concurrently with the IDIQ contract.
70RTAC25R00000010_Attachment 2_PPQ.pdf
PDF144 KBNov 20, 2025
AI Summary
RFP 70RTAC25R00000010 - Attachment 2 is a Past Performance Questionnaire (PPQ) from the Department of Homeland Security. This questionnaire is designed for referenced clients to evaluate an Offeror's (Contractor Name) past performance on a contract. The PPQ requires the client to provide their contact information, role in the contract, survey period of performance, and a general description of services. It includes a rating section where clients assess the contractor's performance in areas such as Quality of Product or Service, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Ratings range from 1 (Unsatisfactory) to 5 (Exceptional), with detailed definitions provided. The questionnaire also asks for a recommendation on whether the contractor would be recommended for similar future requirements and provides space for additional comments. The completed survey must be submitted directly to Sohl Han and Nicole Belanger by the Phase 2 proposal deadline.
70RTAC25R00000010_Attachment 3_Pricing Template.xlsx
Excel61 KBNov 20, 2025
AI Summary
This government file outlines a comprehensive pricing and evaluation framework for various services and products, including core services (cellular and WiFi devices, eSIMs), MDM services (basic and advanced service desk, engineering support), carrier services (Verizon, AT&T, T-Mobile bundles), licensing (AppleCare, Vmware AirWatch, SentinelOne, Jamf Pro, Telemessage), and labor support (helpdesk, auditor, developer, technician, project manager roles). The document details a sample order weighted cost for evaluation, with specific weight percentages assigned to each CLIN (Contract Line Item Number). It includes instructions for completing cost fields, outlining unit prices (monthly/annual), inventory growth projections, and scenario-based requirements for carrier services. The pricing structure covers a base period and nine option periods, with an anticipated start date of January 25, 2026. The file also provides detailed descriptions for various labor categories, including education, experience, and roles/responsibilities.
70RTAC25R00000010_Attachment 4_Vendor Questions and Responses on Draft RFP.xlsx
Excel37 KBNov 20, 2025
AI Summary
The document compiles questions and government responses regarding the CWMS 3.0 DRAFT RFP, covering various aspects of the procurement. Key areas of discussion include security clearance requirements for contractor personnel, FedRAMP certification for the TEMS Application and portal, past performance evaluation criteria for prime and joint venture contractors, and the scope of labor support (FFP vs. T&M). The government clarified that oral presentations have been removed, security clearances are task-order dependent, and the entire solution needs FedRAMP certification. Other clarifications include the page limit for past performance, international wireless needs being defined at the task order level, and the contract being a single-award IDIQ for 10 years. Historical data for service tickets, procurement, and recycling activity were provided, along with current lines of service (150K). The government also addressed inquiries about pricing templates, MDM solutions, and the rationale for maintaining CWMS as a standalone vehicle instead of transitioning to GSA’s EIS contract.
CWMS 3.0 - Draft Solicitation.pdf
PDF1259 KBJun 20, 2025
AI Summary
The Department of Homeland Security (DHS) has issued a Draft Request for Proposal (RFP) No. 70RTAC25R00000010 for a department-wide Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Cellular Wireless Managed Services (CWMS). This contract is classified as a small business set-aside under NAICS Code 517121. The RFP outlines a two-phase proposal submission process: Phase 1 requires compliance with mandatory factors including Facility Clearance and Commitment Letters from telecommunications carriers. Only those successful in Phase 1 will advance to Phase 2, which focuses on evaluating Management Approach, Web Portal Capability, Past Performance, and Price. The proposal format demands distinct written submissions for each phase, including oral presentations for selected vendors. Submission details such as deadlines, required formats, and potential disqualifiers for noncompliance are specified. The evaluation will emphasize technical merit over price, and a trade-off methodology may be utilized to determine the most advantageous offer. The IDIQ contract anticipates a base period of one year with nine optional years and includes a maximum dollar ceiling of over $3 billion. This RFP reflects DHS's ongoing commitment to enhancing its telecommunications capabilities, emphasizing regulatory adherence and operational excellence.
Template for Questions and or Comments on CWMS 3.0 Draft RFP.xlsx
Excel11 KBJun 20, 2025
AI Summary
The document serves as a template for submitting questions and comments regarding the CWMS 3.0 Draft Request for Proposals (RFP). It outlines the structure for stakeholders to provide feedback, specifying the sections and subsections of the draft where inquiries or remarks may be directed. Key components include the document title, applicable RFP section and subsection references, and space for detailing questions or comments. The template streamlines the feedback process, ensuring that all responses are organized and directed appropriately within the associated draft RFP framework. The purpose of this document is to facilitate clear communication between the government and potential bidders or stakeholders, enhancing the evaluation and response process related to the CWMS 3.0 initiative.
CWMS 3.0 - Attachment 1 - Draft Statement of Work.pdf
PDF674 KBJun 20, 2025
AI Summary
The CWMS Statement of Work outlines a contract for Cellular Wireless Management Services (CWMS) for the Department of Homeland Security (DHS) from 2025 to 2035. The contract encompasses core and optional services such as program management, performance management, telecommunications expense management, and a management portal tailored for DHS components. The primary objective is to streamline wireless services, reduce costs, and improve operational efficiency across approximately 80,000 lines of service utilized by DHS divisions, including CBP, CISA, and TSA. The document specifies rigorous requirements for service delivery, including detailed reporting, performance metrics, and transition plans for service providers. Key deliverables include comprehensive management plans, regular performance and strategic sourcing reports, and adherence to security protocols like Federal Information Processing Standards (FIPS) and FedRAMP compliance. Overall, the SOW aims to enhance coordination within DHS while ensuring high standards of service continuity, cost efficiency, and accountability in the management of cellular wireless communications for government operations.
70RTAC25R00000010.pdf
PDF873 KBNov 20, 2025
AI Summary
The Department of Homeland Security (DHS) is seeking proposals for a department-wide, single-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Cellular Wireless Managed Services (CWMS) 3.0. This Request for Proposal (RFP) is a small business set-aside under NAICS Code 517121 (Telecommunications Resellers). The acquisition involves a two-phase evaluation process: Phase 1 (Pass/Fail) assesses facility clearance and commitment letters from major carriers (Verizon, T-Mobile, AT&T, FirstNet), while Phase 2 (Trade-Off) evaluates management approach, web portal capability (via video presentation), past performance, and price. The contract includes a 12-month base ordering period and nine 12-month option periods, with a minimum guarantee of $2,500 and a maximum ceiling of over $3 billion. Proposals must adhere to strict formatting and submission guidelines, with specific due dates for each phase and for submitting questions. The evaluation prioritizes non-price factors (especially facility clearance and carrier commitments), but price becomes more significant when technical differences are minimal. The awarded contract will be an IDIQ, allowing for various order types (FFP, T&M, LH, hybrid) and incorporating specific security, invoicing, and travel requirements.
70RTAC25R00000010_Attachment 1_Statement of Work.pdf
PDF551 KBNov 20, 2025
AI Summary
The Department of Homeland Security (DHS) is issuing a Statement of Work (SOW) for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Cellular Wireless Management Services (CWMS) for 2025-2035. This contract aims to provide comprehensive commercial cellular wireless managed services, including access to multiple carriers, a customized web portal for device lifecycle management, program management, and a robust service desk. The objective is to reduce wireless costs, improve efficiencies, and provide timely access to cellular wireless tools for DHS and its components, which currently manage approximately 150,000 lines of service. The SOW outlines both core mandatory services and optional services, emphasizing performance management, financial services, security requirements, and various deliverables such as plans and reports. The contract also details specific service levels and compliance requirements with federal security standards.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 20, 2025
amendedLatest Amendment· Description UpdatedNov 20, 2025
deadlineResponse DeadlineNov 24, 2025
expiryArchive DateMar 31, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
OFFICE OF PROCUREMENT OPERATIONS
Office
INFO TECH ACQ CENTER

Point of Contact

Name
Sohl Han

Place of Performance

Springfield, Virginia, UNITED STATES

Official Sources