AMEND 0003: Non-NALLA/ALLA requirement to award a 1GB trunk between Prince Sultan Air Base, Saudi Arabia and Yokota Air Base, Japan.
ID: HC102125QA023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DISA/DITCO EUROPEAPO, AE, 09136, 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 quotes for a telecommunications contract to establish a 1GB trunk between Prince Sultan Air Base in Saudi Arabia and Yokota Air Base in Japan. This procurement involves the provision of commercial telecommunications services, with specific requirements outlined in the solicitation documents, including circuit parameters and service dates. The contract is critical for enhancing communication capabilities between the two military bases, ensuring reliable and efficient connectivity. Interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and should direct inquiries to Anthony Melicharek or Janeze Hacker via their provided email addresses. The solicitation is open for quotes, and the due date for submissions has been extended as per the latest amendment.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the registration and rating requirements for Prime Telecommunication Providers (TPs) wishing to participate in the Joint Contingency Contracting System (JCCS). It specifies that TPs must complete registration before submitting their proposals to be eligible for technical evaluation. Registered TPs must provide documentation that is up to date (less than six months old) and fulfill a questionnaire. Notably, U.S. publicly traded companies and wholly-owned government subsidiaries do not have to register in the JCCS. The process is divided into two phases: the first involves meeting registration requirements, while the second requires obtaining an acceptable rating from JCCS for award eligibility. Companies that fail to meet these criteria will be eliminated from consideration. The evaluation process is integral to ensuring that only qualified entities engage in government contracts, enhancing the reliability and efficiency of procurement. The document emphasizes the importance of adherence to JCCS regulations in the context of federal contracting.
    The document outlines the requirements for telecommunications services provided by a Telecommunications Provider (TP) to a government contracting office. Key aspects include specifications for Customer Premises Equipment (CPE), which must be rack-mounted and include any necessary installations. The TP must also offer a Network Operation Center with technicians fluent in English and capable of monitoring circuits for outages. Maintenance and restoral services are expected to be available 24/7, with swift action initiated within one hour of outage reports, and a maximum repair time of eight hours. Circuit performance metrics require a monthly availability rate of at least 98.5%, along with specific standards for latency and jitter. Additionally, minimum technical specifications, such as Ethernet frame size and committed information rate, are defined. Contractors must acknowledge compliance with these stipulations through a written response. This document reflects the bureaucratic environment of government Request for Proposals (RFPs) and emphasizes accountability and precise performance metrics expected from service providers.
    This document outlines the requirements for a telecommunications provider (TP) in relation to a federal request for proposal (RFP). The TP is required to deliver diverse telecommunications services to two designated demarcation points, specifically HC102124QA118 and HC102124QA119. A critical stipulation is that the physical infrastructure must maintain a minimum physical separation of 50 meters from the services at the specified locations. The TP must also provide a dedicated fiber pair to the Prince Sultan Air Base's designated demarcation point, alongside separate termination devices for each circuit. The submission indicates varying levels of compliance with the required diversity standards, with some offerings not meeting the necessary criteria. Overall, the document stresses the importance of engineered separation in the provisioning of telecommunications services to ensure reliability and meet government specifications.
    The document outlines testing requirements for telecommunications circuits prior to government acceptance. It specifies that a Telecommunication Provider (TP) must pass an acceptance test that includes submitting detailed circuit identifiers and a trouble reporting number. The vendor is required to conduct a 72-hour acceptance test in alignment with ITU-T Y.1564 standards, utilizing a specific EMIX pattern with various frame sizes in a bi-directional manner. Additionally, a 15-minute test with VLAN tagged frames must also be performed. Latency measurements, such as round-trip latency guidelines, are established for different regions, emphasizing strict thresholds. Furthermore, APS switchover must occur within 50 milliseconds. Test data must be submitted to designated email addresses before the government begins acceptance testing. The Acceptable Contractor/TP Response is a confirmation statement, “UNDERSTAND, WILL COMPLY,” ensuring awareness of and adherence to these requirements. This document is part of the federal RFP framework, aimed at ensuring compliance and performance standards are met before service acceptance.
    The document outlines a Request for Quote (RFQ) HC102125QA023 for an urgent telecommunications requirement, aiming to award a 1GB trunk between Prince Sultan Air Base in Saudi Arabia and Yokota Air Base in Japan. It mandates that quotes be submitted for this and a related solicitation (HC102125QA022) by the same vendor to ensure network survivability through diverse physical paths. Vendors must meet technical acceptability criteria, including meeting telecommunications provider standards and avoiding assumptions in their quotes. Key requirements include submitting detailed connectivity diagrams, specifying the provisioning interval, and identifying any conflicts of interest. Potential offerors must be registered in the Joint Contingency Contracting System (JCCS) prior to submission, and those who do not register will be deemed ineligible. Provisions are specified for circuit installation, maintenance, and the necessity for contractor oversight during service provisioning. Questions and discrepancies must be addressed in writing by January 8, 2025, with final quotes due by January 22, 2025. The structure includes clear contact points for contracting officials and relevant provisions regarding payment, invoicing, and security requirements. This RFQ demonstrates the government's strategy of ensuring robust telecommunications infrastructure while enforcing compliance with stringent technical and administrative guidelines.
    Similar Opportunities
    AMEND 0003: Non-NALLA/ALLA requirement to award a 1GB commercial fiber lease between Prince Sultan Air Base, Saudi Arabia and Patch Barracks, Germany.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a 1GB commercial fiber lease connecting Prince Sultan Air Base in Saudi Arabia to Patch Barracks in Germany. This procurement is part of a re-award process and includes specific requirements such as the provision of monthly recurring charges, non-recurring charges, and tier pricing for additional service months. The telecommunications services are critical for maintaining effective communication and operational capabilities between the two military locations. Interested vendors must ensure they are registered under the appropriate NAICS code (517111) and submit their quotes by the extended due date, with all inquiries directed to Anthony Melicharek or Janeze Hacker via their provided email addresses.
    Non-NALLA/ALLA requirement to start 1GB dedicated service from Al Udeid, Qatar to New Air Operation Center, Salbukh, Riyadh
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking telecommunications providers to establish a 1GB dedicated service from Al Udeid, Qatar to the New Air Operation Center in Salbukh, Riyadh. This procurement is a combined synopsis/solicitation for commercial items, requiring interested entities to be registered under the NAICS code 517111 and to submit their quotes based on monthly recurring charges and non-recurring charges. The selected provider will play a crucial role in enhancing communication capabilities in the region, with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested parties should contact Josefino Mascarenas at josefino.t.mascarenas.ln@mail.mil or call 00973 3888 6228 for further details, as access to additional documents is restricted to verified entities.
    AMEND 0001: NON-NALLA/ALLA requirement to start a 1.5 GB Ethernet commercial lease between Ahmadi, Kuwait and Camp Arifjan, Kuwait.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a 1.5 GB Ethernet commercial lease service between Ahmadi, Kuwait, and Camp Arifjan, Kuwait. This procurement is part of a combined synopsis/solicitation (HC102125QA018) and aims to establish reliable telecommunications services essential for military operations in the region. The solicitation is open to all qualified telecommunications providers, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors should direct inquiries to Rachel Kern or Josefino Mascarenas, with all quotations due as specified in the attached RFQ documentation.
    PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT BETWEEN 14900 PARK CENTRAL RD, CAMP # 3 WILLOW BLDG, THURMONT, MD 21788 AND FAA RADIO RELAY TOWER, 4213 SUITLAND RD SUITLAND, MD 20746
    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 Layer 2 point-to-point telecommunications circuit with a minimum bandwidth of 50 Mbps between two specified locations in Maryland. The project requires contractors to ensure a service availability of 99.5%, rapid response to outages, and to conduct comprehensive acceptance testing, including throughput and latency tests, while adhering to strict safety and maintenance protocols. This initiative is part of DISA's efforts to modernize communication capabilities and enhance telecommunications infrastructure. Quotes are due by February 28, 2025, and interested parties can contact Shawn Arentsen or Amanda Romanitis via email for further information.
    RFQ: Non-NALLA/ALLA requirement to start (re-award) a 200MB dedicated service between Camp Lemonier, Djibouti and a demarcation point at Mogadishu, Somalia.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for a dedicated 200MB telecommunications service between Camp Lemonier in Djibouti and a demarcation point in Mogadishu, Somalia. This procurement is aimed at establishing a reliable communication link, which is critical for operational effectiveness in the region. The solicitation is categorized under the NAICS code 517111 for Wired Telecommunications Carriers, and it follows a lowest price technically acceptable (LPTA) evaluation process. Interested vendors must ensure they are registered under the appropriate NAICS code and submit their quotes, including monthly recurring charges and any applicable non-recurring charges, to the primary contact, Dominique Minn, at dominique.g.minn.ln@mail.mil.
    AMEND 0002: NON-NALLA/ALLA requirement to start a 2GB dedicated service commercial lease between Joint Training, Center, Zarqa, Jordan and Salti, Air Base, Zarqa, Jordan.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a commercial lease to establish a 2GB dedicated service between the Joint Training Center and Salti Air Base, both located in Zarqa, Jordan. This procurement aims to enhance telecommunications capabilities in the region, ensuring reliable and efficient communication services for military operations. The selected contractor will be responsible for providing the necessary infrastructure and support for this dedicated service, which is critical for operational effectiveness. Interested vendors can reach out to Susana Suber at susana.m.suber.civ@mail.mil or Rachel Kern at rachel.e.kern.civ@mail.mil for further details regarding the solicitation process.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, MAINTAIN A 1.544MB COMMERCIAL BUSINESS LINE WITH 4 PRIS AT BLDG. 1705, ROOM 144A, 1732D DAHLGREN RD, DAHLGREN, VA, 22448-5100, US. RETAIN ALL EXISTING DID'S.
    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 1.544MB commercial business line with four Primary Rate Interfaces (PRIs) at Building 1705, Room 144A, located at 1732D Dahlgren Rd, Dahlgren, VA. The procurement aims to ensure reliable telecommunications services while retaining existing Direct Inward Dialing (DID) numbers, which are crucial for operational continuity. This opportunity is significant for contractors specializing in wired telecommunications, as it emphasizes compliance with federal acquisition regulations and the need for detailed proposals that meet specific technical requirements. Quotes are due by February 9, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET COMMERCIAL LEASE BETWEEN BLDG 40, ROOM B-1218, DENVER FEDERAL CENTER, LAKEWOOD, CO 80226-9424 AND BLDG 200, COMPUTER ROOM 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 100MB Ethernet commercial lease connecting two specific locations: Building 40, Room B-1218 at the Denver Federal Center in Lakewood, CO, and Building 200, Computer Room 2A at 3326 General Hudnell Drive in San Antonio, TX. Contractors are required to submit detailed quotes that adhere to technical standards and regulatory compliance, with a focus on providing efficient telecommunications services while ensuring security criteria are met. The procurement process will utilize a lowest price technically acceptable (LPTA) evaluation method, with quotes due by February 17, 2025, and service delivery expected by May 19, 2025. Interested parties can reach out to Maxwell Jones or Dale Rupright via email for further inquiries.
    AMEND 0003 - PROVIDE,INSTALL MAINTAIN 1GB ETHERNET LEASE BETWEEN BLD 2354, SUITE 2G19A, 2 FL, 2354 FAIRCHILD DR., USAF ACADEMY, CO 80840 & BLD 11, RM: COMM RM FIRE STATION PARKING, 1ST FL, 9601 SANBORN RD; CALHAN, CO 80808 (LAT) 38.7586; (LONG) -104.300
    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 lease between two locations in Colorado: the USAF Academy and Calhan. Contractors are required to comply with various technical specifications, including testing and acceptance criteria, and must provide detailed quotations that convincingly address how they will meet these requirements. This procurement is critical for ensuring reliable telecommunications services within a military context, emphasizing the importance of timely service delivery and adherence to contract terms. Interested contractors must submit their quotes by February 7, 2025, with the anticipated service activation date set for June 23, 2025. For further inquiries, contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 25MB ETHERNET SERVICE BETWEEN BLDG 313; RM 115; VOLK FIELD NETWORK CONTROL CENTER; 313 BADGER AVE; CAMP DOUGLAS, WI, 54618 AND BLDG TOWER SHELTER; RM N/A; 46’07’18.9”N 89’42’46.9”W; BOULDER JUNCT
    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 dedicated 25MB Ethernet service between the Volk Field Network Control Center and the Tower Shelter in Wisconsin. The procurement aims to ensure reliable telecommunications services, which are critical for operational efficiency and communication within defense operations. Interested contractors must submit detailed proposals that include pricing and technical compliance by the extended deadline of December 16, 2024, with the service expected to commence by May 23, 2025. For further inquiries, contractors can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.