AMEND 0002-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 BLDG 246, RM 210, 9800 FLAGLER ROAD, FT BELVOIR
ID: HC101325QA196Type: 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 soliciting proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station and Fort Belvoir, Virginia. Contractors are required to comply with specific technical requirements, including maintaining a minimum operational availability of 99.5% and ensuring distinct physical pathways for service to avoid redundancy with other inquiries. This procurement is critical for enhancing telecommunications infrastructure to support government operations effectively. Interested vendors must submit their detailed quotes by June 16, 2025, with the service commencement date set for September 15, 2025. For further inquiries, contractors can contact Kendal Richter or John Warner via their respective emails.

    Files
    Title
    Posted
    The document outlines the requirements for the 2.5GB Wave Service for Scott AFB, detailing specific locations, vendor information, and technical parameters essential for proposals from potential vendors. It lists locations such as Bldg 1575 at Scott AFB and various vendor sites in Illinois, Missouri, and Nebraska, establishing the need for dense wavelength division multiplexing (DWDM) connectivity. Key specifications include estimated fiber miles—522 between Scott AFB and Offutt AFB, with routing delays (RTD) of 8.3 ms—and 36 miles to the DECC St. Louis, with an RTD of just 1 ms. Vendors must confirm on-net capabilities at demark locations and are instructed to provide precise fiber distances if they are not on-net, emphasizing adherence to technical parameters without unauthorized changes. The document also indicates that all addresses given, except for actual end locations, are fictitious. This file serves as part of the process for federal RFPs, aimed at enhancing communication infrastructure in military settings by ensuring reliable and efficient service delivery.
    The document outlines a government Request for Proposal (RFP) focused on the development of fiber optic routes, though all mentioned routes are fictitious examples. This initiative aims to enhance telecommunications infrastructure by inviting bids from contractors that can provide comprehensive fiber route solutions. The primary objective is to establish robust connectivity that meets evolving communication demands, aligning with federal, state, and local regulations. The RFP specifies that participating companies must demonstrate their capacity for installation and maintenance, while adhering to quality standards. The document also emphasizes the significance of collaboration among various stakeholders, ensuring that the project meets its intended outcomes for improved regional connectivity. Overall, it illustrates the government’s strategy to foster technological advancement through targeted infrastructure investments.
    The document outlines technical requirements for a fiber optic OC-3 service contract intended for federal usage. Key specifications include a line rate of 155.52MB/s, with a frame format of SONET/STS-3, and a need for continuous operational availability of at least 99.5% across all hours. The selected vendor must ensure rapid troubleshooting with a one-hour response time and must conduct a satisfactory 72-hour end-to-end test that adheres to specific ANSI standards. Additional stipulations include no network interface unit and dedicated paths for data transmission. The vendor is accountable for both installation and maintenance, and must coordinate site access 72 hours in advance. Furthermore, specific thresholds for error performance and loss of bit count integrity must be met during testing. These requirements are part of the federal government’s effort to maintain high standards for telecommunications services, ensuring reliability and effectiveness for national operations. The detailed contact information for Points of Contact (POCs) for coordination and acceptance reflects the structured approach typical in government RFPs.
    The document is an amendment (0001) to a federal inquiry issued by the Defense Information Technology Contracting Organization (DITCO) regarding proposals for a telecommunications service. The main purpose of the amendment is to extend both the proposal due date to April 17, 2025, and the required service date to July 16, 2025. Contractors are tasked with providing, installing, and maintaining an unprotected transparent channelized OC-3 lease between specified locations in Arlington, VA, and Fort Belvoir. Key details include requirements for compliance with technical aspects and submission of quotes, which must include sufficient rationale for meeting government requirements. Contractors are also encouraged to conduct pre-award site surveys and must ensure diverse engineering provision for separate physical pathways from related service inquiries. Additional documentation, such as PowerPoint drawings detailing the service routes, is expected to be submitted, emphasizing the analysis of distance and delay. This inquiry reiterates current terms and conditions while extending deadlines and emphasizing adherence to all specifications to avoid exclusion from evaluation. It highlights the importance of due diligence in the preparation and submission process for federal contracting opportunities.
    The document pertains to an amendment (0002) regarding a government solicitation for contractors to provide, install, and maintain a transparent OC-3 communications lease between Arlington Hall Station and Fort Belvoir. Key amendments include a change in the commercial demarcation location, updates to equipment requirements, and extensions of both proposal and service dates. The new proposal due date is set for June 16, 2025, and the service date extension to September 15, 2025. Contractors are instructed to ensure compliance with all technical requirements listed and submit their quotes in detail for evaluation. Moreover, the final service must maintain complete physical diversity from another ongoing inquiry, ensuring distinct paths of service. Requirements include providing specific documentation such as power point drawings of the proposed routes and conducting pre-award site surveys at their expense. The document emphasizes that non-compliance with any solicitation requirements will result in exclusion from the evaluation process. Overall, this amendment streamlines the contractors' requirements for ongoing telecommunications services for the government, ensuring effective and reliable operational support.
    The document outlines a Request for Proposal (RFP) from the Defense Information Technology Contracting Organization (DITCO) for contractors to submit quotes for providing, installing, and maintaining an unprotected transparent channelized OC-3 (155.52 Mbps) lease between two specified government locations in Virginia. Contractors must ensure compliance with all technical requirements, provide detailed quotes addressing how they will meet the service date of June 25, 2025, and include supporting documentation such as color diagrams showing route diversity. Pre-award site surveys are encouraged, conducted at the contractor's expense, to assess the project's scope. It emphasizes the necessity of bid submission with adherence to established formats, with questions directed to designated contracting officers. The RFP also includes various standard provisions and requirements regarding telecommunications services, highlighting security and compliance concerning the use of covered telecommunications equipment, alongside taxation stipulations for foreign procurements. The main purpose is to solicit competitive quotes for essential telecommunications services while ensuring adherence to stringent federal regulations and security guidelines concerning telecommunications infrastructure.
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE
    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 connecting telecommunications switch rooms in Massachusetts and Maryland. This procurement requires contractors to meet stringent technical specifications, including end-to-end testing, a 72-hour soak test, and a high operational availability of 99.5%, while ensuring compliance with Federal Acquisition Regulation (FAR) standards. The successful contractor must demonstrate robust installation plans and address potential delivery delays, with a service implementation date set for June 6, 2025. Quotes are due by May 12, 2025, and interested parties can reach out to Jennifer Voss or Angelina Hutson via email for further inquiries.
    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 seeking contractors to provide, install, and maintain a channelized OC-12 telecommunications circuit (622.08 MB) between Dobbins Air Reserve Base and Robins Air Force Base in Georgia. The procurement requires compliance with stringent technical specifications, including detailed installation plans, testing procedures, and a guaranteed service availability rate of at least 99.5%. This initiative is crucial for ensuring robust telecommunications support for government operations, emphasizing the need for diverse routing paths to minimize service disruption. Proposals must be submitted by July 5, 2025, with a service start date of November 2, 2025, and interested parties can contact Jennifer Voss or Angelina Hutson via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE
    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. Contractors are required to submit comprehensive quotes that meet specific technical requirements, including compliance with telecommunications standards and ensuring operational redundancy through diverse circuit engineering. This procurement is critical for enhancing communication infrastructure essential to military operations, with a focus on reliability and compliance. Interested contractors must submit their quotes by May 12, 2025, with the service expected to commence by September 6, 2025. For further inquiries, contact Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil or angelina.hutson.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET COMMERCIAL LEASE BETWEEN BLDG ONEILL, ROOM B43, 200 C ST SW, WASHINGTON, DC 20515 (USCAPITL/CC2) AND BLDG 6910, ROOM C3J50, CCER ROOM, 3RD FLOOR, 6910 COOPER AVENUE, FT GEORGE G MEADE, MD 20755
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from small businesses to provide, install, and maintain a 1GB Ethernet commercial lease between two federal locations in Washington, D.C., and Fort George G. Meade, Maryland. Contractors must adhere to detailed technical requirements, including compliance with federal telecommunications standards, and are required to submit comprehensive quotes that justify their proposed solutions. This procurement is critical for ensuring reliable telecommunications services and is set aside for small businesses under NAICS code 517121. Interested parties must submit their quotes by June 16, 2025, with a service commencement date of October 14, 2025; failure to meet these deadlines may result in contract cancellation. For further inquiries, contractors can contact Donna Voss or Dale Rupright via the provided email addresses.
    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. Contractors are required to comply with stringent technical standards, including a minimum operational availability of 99.5%, and must submit a comprehensive installation plan that details subcontractor involvement and construction needs. This procurement is critical for enhancing reliable telecommunications infrastructure to support government operations, with proposals due by July 5, 2025, and the circuit expected to be operational by November 2, 2025. Interested parties can reach out to Jennifer Voss or Angelina Hutson via email for further inquiries.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET DEDICATED SERVICE BETWEEN BLDG 2345, TELCOMM ROOM, FLOOR G1, 2345 CRYSTAL DRIVE, ARLINGTON, VA 22203 AND BLDG 2521, B1, 2521 SOUTH CLARK STREET, CRYSTAL CITY, ARLINGTON, VA 22202-5000.
    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 dedicated service between two specified locations in Arlington, VA. Contractors are required to submit detailed proposals that adhere to technical specifications and comply with a strict delivery date of October 31, 2025, while ensuring compliance with government regulations regarding telecommunications and security. This procurement is set aside exclusively for small businesses, emphasizing the importance of meeting all outlined requirements to avoid exclusion from evaluation. Proposals must be submitted by July 3, 2025, and interested parties can contact Shannon Scheffel or Dale Rupright via email for further inquiries.
    PROVIDE, INSTALL, AND MAINTAIN AN ETHERNET CONNECTION AT 5MB WITH A ETHERNET TO ANALOG CONVERSION GATEWAY INSTALLED/MAINTAINED BY THE VENDOR ALLOWING 4 ANALOG/POTS INTERFACES BE PROVIDED TO CUSTOMER EQUIP AT 7351 LOCKPORT PLACE, LORTON, VA, 22079.
    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 5 Megabit Ethernet connection, along with an Ethernet to analog conversion gateway, at a designated location in Lorton, VA. The contractor will be responsible for ensuring compliance with technical requirements and must meet a service date of September 3, 2025, while adhering to federal telecommunications regulations. This procurement is critical for maintaining effective communication services within defense operations. Interested bidders must submit their quotes via IDEAS, following the outlined terms and conditions, with further details available in the attached solicitation documents. For inquiries, contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 100GB ETHERNET SERVICE BETWEEN CA AND MS.
    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 100GB Ethernet service connecting California and Mississippi. This procurement is structured as a request for quote (RFQ) for commercial items, with specific requirements outlined for both monthly recurring and non-recurring charges, as well as compliance with various federal acquisition regulations. The telecommunications services are critical for enhancing communication capabilities within the defense sector, and interested vendors must submit their quotes by July 14, 2025, at 4:00 PM CST to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil.
    Amend 001:PROVIDE, INSTALL & MAINTAIN A NEW DEDICATED UNPROTECTED OTU-2 SVC, 10.709GB LEASE BETWEEN (BLDG) 333 (RM) COMM RM; 333 GENERAL LEMNITZER ST; TOBYHANNA, PA 18466 & (BLDG) 308; (RM) 203; (FL) 2; 308, 5450 CARLISLE PIKE; MECHANICSBURG, PA 17050
    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 new dedicated unprotected OTU-2 telecommunications service between two facilities located in Tobyhanna and Mechanicsburg, Pennsylvania. The procurement aims to establish a circuit that ensures total physical diversity from existing government services, requiring vendors to conduct site surveys, provide detailed proposals including maps and diagrams, and ensure compliance with stringent technical and operational standards. This telecommunications service is critical for maintaining reliable communication infrastructure within government operations. Interested vendors must submit their quotes by June 23, 2025, with a desired service start date of October 6, 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 10GB, NON-SWITCHED, ETHERNET COMMERCIAL LEASE ON IQO CONTRACT BETWEEN BLDG 215, RM 138, 104 BUBACZ STR, ALTUS AFB, OK 73523 AND BLDG 200, COMP RM 2A, 3326 GENERAL HUDNELL DRIVE, SAN ANTONIO, TX 78226-1834
    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, non-switched Ethernet commercial lease between two military locations: Altus Air Force Base, OK, and San Antonio, TX. The procurement aims to enhance telecommunications infrastructure, ensuring compliance with stringent technical specifications and Federal Acquisition Regulations (FAR), including a service delivery date set for November 3, 2025. This initiative underscores the critical need for reliable telecommunications services to support military operations. Interested contractors must submit their quotes, adhering to the lowest price technically acceptable (LPTA) evaluation criteria, with all proposals due by the specified deadline. For further inquiries, potential bidders can contact Karen Pakosta or Dale Rupright via email at their respective addresses.