AMD 04. PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE 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.
ID: HC101325QA118Type: 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 leased 10GB wave trunk between two military sites: NAS Whidbey, WA, and Hill AFB, UT. The requirement emphasizes the need for total end-to-end physical diversity from an existing service, including a minimum 50-meter physical separation, and the solution must support SONET OC-192 standards. This telecommunications service is critical for ensuring reliable and secure communications infrastructure for government operations. Interested contractors must submit their quotes by November 5, 2025, with the service date set for January 30, 2026; inquiries can be directed to Maxwell Jones at maxwell.s.jones.civ@mail.mil.

    Files
    Title
    Posted
    This document is an administrative amendment (0004) to solicitation HC101325QA118, issued on October 22, 2025, by PL8211 to contractors. The amendment extends the service date to January 30, 2026, and the quote due date to November 5, 2025. It also updates location details with latitude and longitude coordinates and specifies that the 10GB wave supports a SONET OC-192. The requirement is for contractors to provide, install, and maintain an unprotected, transparent leased 10GB wave between DISA IE1 switches at NAS Whidbey, WA, and Hill AFB, UT. This service must be engineered and provisioned with total end-to-end physical diversity from a previously established service (SG27NOV249161/HC101325QA117), including a minimum 50-meter physical separation. Contractors are responsible for addressing all technical requirements, agreeing to DITCO additional texts, providing detailed price quotations, and meeting the requested service date of December 1, 2025 (SIP). Quotes must be uploaded to IDEAS and include sufficient detail for evaluation. This is a reaward of an existing service, and awards for both HC101325QA117 and HC101325QA118 will go to a single vendor based on the lowest combined life cycle cost and technical acceptability. Failure to quote for all requirements will result in an incomplete and unawardable submission. Maxwell Jones is the DITCO contact for inquiries.
    The document is an amendment to a government solicitation (HC101325QA118-0001) regarding the provision, installation, and maintenance of a secure 10GB optical fiber trunk between designated locations in Washington and Utah for DISA. The amendment serves to correct location details and extend the service and quote submission dates, now set for June 19, 2025, and March 27, 2025, respectively. It mandates that contractors ensure diverse physical installation paths to ensure redundancy and minimize service disruption risks. Further, contractors are instructed to provide detailed quotes that convincingly demonstrate their capability to meet technical requirements. The document clarifies that the incumbent contractor will be replaced if a lower priced acceptable bid is received, emphasizing the importance of adherence to timelines and specifications. An additional point of contact is established, reflecting changes to facilitate communication regarding the project. Overall, this amendment underscores the government’s commitment to ensuring robust telecommunications infrastructure with strong requirements for contractor accountability and competition.
    The document outlines a reaward (HC101325QA118) for providing, installing, and maintaining a 10GB leased optical wave trunk between two military sites. Key requirements include ensuring total physical diversity in installation paths, compliance with government technical specifications, and meeting a service deadline of June 5, 2025. Contractors must carefully read and respond to detailed technical requirements and provide comprehensive price quotes that demonstrate their approach to fulfilling the contract. The quote submission deadline is set for March 7, 2025. The document emphasizes the necessity of a DITCO Basic Agreement for eligibility and outlines specific telecommunications service responsibilities at each installation site. Additional provisions detail compliance with security regulations and telecommunications standards, including the prohibition of certain foreign telecommunications equipment. The overall aim is to ensure reliable and secure telecommunications infrastructure for government operations.
    This document is an administrative amendment (0004) to solicitation HC101325QA118, issued by PL8211 to contractors on October 22, 2025. The amendment extends the service date to January 30, 2026, and the quote due date to November 5, 2025. It updates location details with latitude and longitude coordinates for both termination points and specifies that the 10GB wave supports a SONET OC-192. The requirement is for the provision, installation, and maintenance of an unprotected transparent leased 10GB wave, supporting a SONET OC-192, between DISA IE1 ODXC switches at NAS Whidbey, WA, and Hill AFB, UT. This service must be engineered and provisioned with end-to-end diversity, including a minimum 50-meter physical separation from a related service (SG27NOV249161/HC101325QA117). Contractors are responsible for addressing all technical requirements, agreeing to DITCO additional texts, providing detailed price quotations, and meeting the requested service date of December 1, 2025. Quotes must be uploaded to IDEAS and include sufficient detail for effective evaluation. This is a re-award of an existing service, and awards for both HC101325QA117 and HC101325QA118 will go to a single vendor based on the lowest combined life cycle cost and technical acceptability. Failure to quote for all requirements will render submissions incomplete. Maxwell Jones is the DITCO contact.
    The document relates to an administrative amendment (Amendment 0002) for solicitation HC101325QA118, primarily focused on extending the service delivery date and the quotation submission deadline. The service involves providing, installing, and maintaining a 10GB leased optical wave trunk between specified locations in Washington and Utah. The requirement emphasizes complete physical diversity from another service reference and mandates a minimum 50-meter separation. Contractors must address all technical requirements in their quotes and provide detailed rationales for their proposals to ensure evaluability. The deadline for quote submissions has been extended to August 31, 2025, following a previous change. Awards for this service, alongside another solicitation, will go to the vendor offering the lowest combined life cycle cost and acceptable technical proposal. The document underscores the responsibilities of contractors and the importance of compliance with service dates as stipulated.
    This document is an administrative amendment (0003) to solicitation HC101325QA118, extending the service date to December 15, 2025, and the quote due date to September 15, 2025. The solicitation seeks contractors to provide, install, and maintain an unprotected, transparent leased 10GB wave DISA IE1 backbone trunk between NAS Whidbey, WA, and Hill AFB, UT. A key requirement is that the solution must be engineered and provisioned with total end-to-end diversity from a previously established service (SG27NOV249161/HC101325QA117), including physical separation of at least 50 meters. Contractors must submit detailed quotes demonstrating how they will meet all technical requirements, DITCO additional texts, and the service date of December 1, 2025. Quotes must be uploaded to IDEAS. This is a reaward of a current service, and the winning vendor will be awarded all leases for both HC101325QA117 and HC101325QA118 based on the lowest combined life cycle cost and technical acceptability. Failure to quote for all requirements will result in an incomplete and unawardable submission. The DITCO contact for this inquiry is Maxwell Jones.
    The government file outlines stringent requirements for a telecommunications service to be provisioned at Whidbey Island. The service must feature totally diverse, end-to-end physical paths, including separate manholes, conduits, central offices, and fiber builds, with a minimum 50-meter physical separation from specified TSRs, waived inside Building 2700. The telecom provider is mandated to supply DITCO-compliant PowerPoint drawings detailing the route, total fiber miles, and round-trip delay, along with KMZ/KML diagrams of circuit/path connectivity for all Points of Presence. Single-mode fiber must be engineered to allow government channelization changes without provider intervention and adhere to strict jitter and wander specifications. Wavelength transmission services for 10Gbps must comply with ITU-T and TELCORDIA standards, ensuring transparency of underlying protocols. The fiber must terminate to the line side of the fiber terminating patch panel at government SDPs, with light levels adjusted to +0.5 to -7 loss. A documented 72-hour end-to-end test per ITU Standard M.2101 is required before turn-up. Key circuit parameters include single-mode fiber termination with SC connectors, 99.5% availability, one-hour repair response, dedicated path, carrier visibility for outages, and a 24x7 Network Operational Center. The document specifies performance requirements for wavelength transmission service, including availability, error rates, and a round-trip delay of less than or equal to 10 milliseconds. The vendor is responsible for installation and maintenance, coordinating site visits 72 hours in advance, and providing specific circuit and trouble report numbers to the accepting authority.
    This document outlines the requirements for a telecommunications project at Whidbey Island, focusing on the design and provisioning of a diverse fiber optic network. Key specifications include the necessity for physical pathways to be entirely separate from established government service delivery points, maintaining a minimum of 50 meters separation, waived only within building 2700 on-site. Vendors must provide detailed technical drawings, including route diagrams and measurements for fiber miles and latency. The project demands single-mode fiber capable of supporting 10 Gbps transmission rates while allowing for government-controlled channelization. Additional requirements stress minimal service interruptions, specific response times for repairs, and stringent testing protocols, including a satisfactory 72-hour end-to-end test per ITU standards. The vendor is responsible for maintenance and must ensure service availability of at least 99.5%. Furthermore, the document outlines performance metrics such as error rates, jitter, and round-trip delay, emphasizing rigorous testing and documentation during service acceptance. This RFP reflects the government's commitment to high-performance telecommunications infrastructure while stressing compliance with technical standards and operational reliability.
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN WY AND CO
    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 WAVE service between Wyoming and Colorado. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process, with all proposals due by the specified deadline outlined in the attached solicitation. Interested vendors must have a DITCO Basic Agreement and can contact Angelina Hutson or Jennifer Voss via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN KS AND IL
    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 WAVE service between Kansas and Illinois. This procurement is classified as a controlled access requirement, and only entities with a DITCO Basic Agreement may access the solicitation documents, which include specific instructions for submission and evaluation criteria. The telecommunications services are critical for ensuring robust and reliable communication capabilities within the defense sector. Interested vendors must submit their quotes by the specified deadline, and for further inquiries, they can contact Kendal Richter or Kevin Knowles via their provided email addresses.
    PROVIDE, INSTALL, AND MAINTAIN 10GB WAVE SERVICE BETWEEN KS AND NE.
    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 wave service between Kansas and Nebraska. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a request for quote (RFQ) and emphasizes that all proposals must include monthly recurring and non-recurring charges, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must ensure they have a DITCO Basic Agreement to access the solicitation documents and should direct inquiries to Kendal Richter or Kevin Knowles via their provided email addresses. The deadline for quote submissions and further details can be found in the attached solicitation documents.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB PT TO PT ETHERNET CONNECTION BETWEEN WASHINGTON, DC AND VA.
    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 1GB point-to-point Ethernet connection between Washington, DC, and Virginia. This procurement aims to enhance telecommunications capabilities, ensuring reliable and efficient network access for defense operations. The selected contractor will be responsible for delivering both recurring and non-recurring services, with specific pricing details outlined in the solicitation. Interested vendors should contact Shannon Scheffel at shannon.e.scheffel.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information, as proposals are being requested with no formal written solicitation to follow.
    Amend 0001: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe connectivity. This procurement involves two related solicitations, HC102126QA001 and HC102126QA002, which require diverse paths to ensure network survivability, and the contract will be awarded to a single vendor based on the lowest combined life cycle cost and technical acceptability of both quotes. The opportunity is critical for maintaining robust telecommunications services, and interested vendors must comply with specific terms and conditions outlined in the solicitation, with all quotes due by the specified deadline. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Dominique Minn at dominique.g.minn.ln@mail.mil.
    Amend 0001: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe operations. This procurement requires vendors to provide quotes for two related solicitations, ensuring diverse paths for network survivability, with the contract awarded based on the lowest combined life cycle cost and technical acceptability. The selected vendor will be responsible for both leases, and all quotes must be submitted in compliance with specific commercial item terms and conditions outlined in the solicitation. Interested parties should contact Gretchen Figgins or Dominique Minn for further information, and must ensure they are registered under the appropriate NAICS code (517111) to access the solicitation documents.
    AMEND 0004 - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN OH AND ND.
    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 leased OTU-2 customer lease between Ohio and North Dakota. This procurement is aimed at fulfilling a controlled access requirement for telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The selected contractor will be responsible for delivering commercial products and services as outlined in the solicitation, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes by the specified due date, and access to the solicitation documents requires a DITCO Basic Agreement along with verification of the requestor’s UEI or CAGE code. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via their respective emails.
    AMEND - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN COLUMBUS, OH AND AL
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 customer lease between Columbus, OH, and Alabama. This procurement involves telecommunications services classified under the NAICS code 517111, specifically targeting wired telecommunications carriers, and is critical for ensuring reliable communication capabilities. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, with proposals due by December 8, 2025. For further inquiries, potential bidders can contact Angelina Hutson or Benjamin Sparlin via their respective emails.
    Amend 0001: Reaward a 622MB Gigabit-Ethernet, un – protected, un - channelized commercial fiber lease intra Southwest Europe
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for the re-award of a 622MB Gigabit-Ethernet commercial fiber lease in Southwest Europe. This procurement involves providing unprotected, un-channelized fiber services, with specific requirements outlined in the solicitation documents, which are accessible only to entities registered under the relevant NAICS code (517111). The selected telecommunications provider will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and all quotes must detail monthly recurring charges, non-recurring charges, and any applicable tier pricing. Interested parties should contact Susana Suber at susana.m.suber.civ@mail.mil for further information and to ensure compliance with the submission requirements.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, with all submissions required to include the requestor's UEI or CAGE code for verification.