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,
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
  1. 1
    Posted Feb 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 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 soliciting 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 Fort Belvoir. The procurement aims to enhance telecommunications infrastructure by ensuring reliable connectivity, with specific requirements including a continuous operational availability of at least 99.5% and rapid troubleshooting capabilities. This opportunity is critical for maintaining effective communication services within federal operations, and interested vendors must submit their quotes by April 17, 2025, with the service date set for July 16, 2025. For further inquiries, vendors can contact Kendal Richter or Kevin Knowles via their respective emails.

Files
Title
Posted
Mar 27, 2025, 4:05 PM UTC
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.
Mar 27, 2025, 4:05 PM UTC
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.
Mar 27, 2025, 4:05 PM UTC
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.
Mar 27, 2025, 4:05 PM UTC
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
AMEND PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) NH-95,(ROOM) A141, 7927 INGERSOL STREET, NORFOLK, VA(HMPTNRDS/CCI) AND (BLDG)2904,(ROOM) FRAME, 1195 JABARA AVENUE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/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 (622.08MB) telecommunications circuit between two military locations: Norfolk, VA, and Seymour Johnson AFB, NC. The contract will require service availability of at least 99.5% over a period of 60 months, with installation completion expected by September 11, 2025, and compliance with rigorous technical specifications and testing standards. This procurement is critical for ensuring reliable telecommunications infrastructure essential for military operations. Interested vendors must submit their quotes by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email for further clarification.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 104, TELECOM SWITCH ROOM, 104 JAMES GIAMMALVO ROAD, OTIS ANG, MA AND BLDG CS047, TELCO ROOM, 4710 COOPER AVE, FORT MEADE, MD
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 2.5GB wavelength service connecting telecommunications switch rooms located in Otis Air National Guard Base, Massachusetts, and Fort Meade, Maryland. The procurement requires compliance with stringent testing and acceptance criteria, including a 72-hour soak test and a high operational availability of 99.5%, ensuring reliability and security in telecommunications services. Proposals must include detailed installation plans and address potential delivery delays, with a service implementation date set for June 6, 2025. Interested contractors must submit their quotes by May 12, 2025, and can contact Jennifer Voss or Kristina Hoff for further information.
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 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 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 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.
AMEND: PROVIDE, INSTALL, AND MAINTAIN A NEW UNPROTECTED, TRANSPARENT LEASED (10GB) WAVE CIRCUIT BETWEEN BLDG 625, ROOM 320, 4349 DUFFER DRIVE, NELLIS AFB, NV 89191 AND BLDG 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA 95903-1517
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 unprotected, transparent leased 10GB wave circuit between Nellis Air Force Base (AFB) in Nevada and Beale AFB in California. The procurement aims to enhance telecommunications capabilities, ensuring high service availability and compliance with stringent technical requirements, including a critical service date of May 14, 2025. This initiative is vital for maintaining efficient communication infrastructure within military operations, reflecting the government's commitment to modernizing its telecommunications services. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Jennifer Voss at jennifer.n.voss.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 A LEASE 10GB WAVE SERVICE BETWEEN (BLDG) 5;(RM) 1000I; MICHELSON LAB, CORNER OF KNOX AND BLANDY ROAD, NAVAL AIR WEAPONS STATION CHINA LAKE, CA 93555 AND (BLDG) 2145; (RM) 105; 5801 C STREET, BEALE AFB, CA 95903-1517
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 10GB wavelength telecommunications service between Naval Air Weapons Station China Lake and Beale Air Force Base in California. The contract requires compliance with stringent technical standards and service reliability, including a 99.5% uptime guarantee and mandatory 72-hour testing prior to government acceptance. This telecommunications service is critical for enhancing military operational capabilities and ensuring robust communication networks. Interested vendors must submit their proposals electronically, adhering to the specified guidelines and deadlines, and can reach out to Jennifer Voss or Kevin Knowles for further inquiries.