COMCAST INTERNET SERVICES FOR DLA RICHMOND
ID: SP4701-25-Q-0057Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, 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 Logistics Agency (DLA), is seeking proposals for high-speed internet services from Comcast for its operations at the Defense Supply Center Richmond (DSCR) in Virginia. This procurement is justified as a sole-source acquisition due to the unique interoperability and specific service requirements that only Comcast can fulfill, particularly in meeting high-speed internet standards set by the FCC. Reliable internet connectivity is critical for the DLA's mission, as alternative providers could introduce communication vulnerabilities and security risks. Interested vendors must submit their proposals by March 18, 2025, with the contract expected to commence on May 19, 2025, and run through May 18, 2026. For further inquiries, potential bidders can contact Christopher P. Lawrence at Christopher.Lawrence@dla.mil.

    Point(s) of Contact
    Christopher P. Lawrence
    Christopher.Lawrence@dla.mil
    Files
    Title
    Posted
    The Voluntary Product Accessibility Template® (VPAT®) provides a structured approach for documenting compliance with accessibility standards relevant to Information and Communications Technology (ICT) products and services. Specifically, this document focuses on the EN 301 549 edition and outlines essential requirements and best practices for vendors when creating an Accessibility Conformance Report. This report assists purchasers in assessing the accessibility features of ICT products, aligning with European procurement policies. Key components of the VPAT include instructions for maintaining report integrity, selecting appropriate standards, and ensuring that the final document includes required elements such as product description, evaluation methods, and conformance levels using defined terms (e.g., "Supports," "Partially Supports"). The guidance emphasizes accurate evaluation methods, detailed remarks explaining compliance, and ensuring that the final report is user-friendly and accessible. The purpose of this template is to facilitate consistent reporting and to help vendors document accessibility compliance in alignment with federal and local regulations, which is critical in government procurement processes. Adhering to these standards not only supports legal mandates but also enhances inclusivity for users with disabilities, underlining the government's commitment to accessibility in technology.
    The document outlines the ICT Accessibility Requirements Statement based on the Revised Section 508 of the Rehabilitation Act, specifically focusing on Software Maintenance Services and ICT Support Services. It establishes guidelines ensuring that ICT support documentation and services comply with specific technical and functional performance criteria necessary for accessibility. Key requirements include accommodations for various disabilities: visual, auditory, cognitive, and physical, ensuring that ICT operations are usable without the need for user vision, hearing, speech, or fine motor skills. It emphasizes the importance of providing accessible information and communication support directly to users, addressing their unique needs. The report insists on integrating Accessibility Requirements into solicitation documents for government contracts and provides a link to additional resources for the procurement process. It is essential for potential bidders to understand these criteria to ensure compliance and facilitate participation in federal RFPs and grants. The point of contact for further information is specified, ensuring that agencies can clarify requirements as needed.
    The document details a federal procurement request for High-Speed Internet Services from Comcast, necessary for the Defense Logistics Agency (DLA) to support its mission requirements at the Defense Supply Center Richmond (DSCR). The procurement, justified under FAR regulations as a sole-source acquisition, is driven by the essential interoperability and specific needs that only Comcast's services can satisfy, particularly concerning high-speed internet standards defined by the FCC. While Verizon is mentioned as a potential competitor, it does not provide service to the specific location, thus reinforcing Comcast's unique position. The DLA Information Operations unit highlights that alternative service providers could lead to communication vulnerabilities and security risks, jeopardizing mission-critical operations. The document emphasizes that failing to secure these services may impede the DLA's communication capabilities, leading to significant operational setbacks. The anticipated cost of this procurement is deemed fair and reasonable, with plans for broad outreach to authorized small business resellers. Overall, the procurement aims to ensure reliable internet connectivity while adhering to cybersecurity requirements essential for government operations.
    The document outlines a Request for Quotation (RFQ) for Comcast Internet Services intended for the Richmond branch of the Defense Logistics Agency (DLA) Information Operations. Scheduled for response by March 18, 2025, this RFQ is an unrestricted acquisition under NAICS code 517111. The proposals will be evaluated based on the lowest price technically acceptable criteria, requiring bidders to fully meet the specified Bill of Materials (BoM) and Statement of Work (SOW). A certified dealer or reseller status is mandatory for eligibility. Key contact persons include Contracting Officer Christopher Lawrence, along with technical points of contact Kelly Swain-Ailtmar and Audrey Jones. The contract will commence on May 19, 2025, and runs through May 18, 2026. The document contains stringent compliance clauses regarding contractor responsibilities, certifications, and adherence to specific Federal Acquisition Regulation (FAR) health and safety guidelines, particularly prohibitions on the use of specific foreign telecommunications equipment due to national security concerns. The RFQ signifies governmental efforts to secure reliable telecommunications services while ensuring compliance and accountability in public procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Internet for DLA Doc Services in Guantanamo, Cuba
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking sources for providing internet services for DLA Document Services in Guantanamo, Cuba. The objective of this procurement is to ensure reliable and efficient internet connectivity to support the operational needs of the DLA in the region. Such services are critical for maintaining communication and data management capabilities in a remote location. Interested parties are encouraged to reach out to Tina Grujic at tina.grujic@dla.mil or David Purvis at david.1.purvis@DLA.mil for further information regarding this sources sought notice.
    PROVIDE, INSTALL AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 6 MEGABIT UP AND DOWNLOAD SPEEDS AT BUILDING 2, 3701 MACINTOSH DRIVE, WARRENTON, VA 20187.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an internet service with a minimum speed of 6 megabits per second at Building 2, 3701 Macintosh Drive, Warrenton, VA. The procurement requires the installation of a new line that does not interfere with existing services, a 30-minute emergency response goal for service outages, and 24/7 monitoring capabilities by the vendor. This internet service is critical for ensuring reliable communication and operational efficiency at the facility. Interested contractors must submit their quotes by March 19, 2025, at 4:00 PM, and are encouraged to include all necessary documentation for technical compliance; inquiries can be directed to Shawn Arentsen or Emily Etter via their provided email addresses.
    N66001-25-Q-6125 - Notice of Intent to Award Sole Source Order to Charter Communications Operating, LLC.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Charter Communications Operating, LLC for the procurement of month-to-month internet subscription services and installation. The requirement includes Ethernet Private Line services with a capacity of 1G/1G, along with installation services, to be utilized until September 30, 2025. This procurement is critical for maintaining reliable telecommunications infrastructure, and the government is following FAR guidelines for a noncompetitive award, although other vendors may submit proposals for consideration. Interested parties can direct inquiries to Contract Specialist Dane J Black via email at dane.j.black.civ@us.navy.mil by March 17, 2025, at 11 AM Pacific Time.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    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 wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    RFQ: NALLA/ALLA requirement to start a 100 MB dedicated service within Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a Request for Quotation (RFQ) to establish a 100 MB dedicated service within Europe. This procurement aims to enhance telecommunications capabilities, specifically focusing on wired telecommunications services as classified under NAICS code 517111. The successful contractor will play a crucial role in supporting military operations and communications infrastructure in the region. Interested vendors should reach out to primary contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or secondary contact Chad DeVries at chad.w.devries.civ@mail.mil for further details and to ensure compliance with submission requirements.
    RFQ: NALLA/ALLA requirement to start a 10.709GB (OTU-2) commercial lease within Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a commercial lease under the NALLA/ALLA requirement to establish a 10.709GB (OTU-2) service within Europe. This procurement aims to secure wired telecommunications services, specifically focusing on satellite communications and telecom access, which are critical for supporting military operations and communications infrastructure. Interested vendors should note that the primary point of contact for this opportunity is Gretchen Figgins, who can be reached at gretchen.l.figgins.civ@mail.mil, with Chad DeVries as the secondary contact at chad.w.devries.civ@mail.mil. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
    PROVIDE, INSTALL, & MAINTAIN A DEDICATED EPL 800MB LEASE BETWEEN BLDG 7060; TELEPHONE ROOM A; FL 1ST; 527 AIR BASE ROAD, ATLANTIC, NC 28511 & BLDG 9014; RM COMM: FL 1ST; 21 WHALE RD, PINEY ISLAND, BEAUFORT, NC 28516; (LAT) 34.9800; (LONG) -76.4299.
    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 dedicated 800MB Ethernet Private Line (EPL) service lease between two military buildings located in Atlantic and Beaufort, North Carolina. Contractors are required to meet specific technical specifications, including the installation of fiber optics, and must provide detailed proposals that outline compliance with operational requirements and pricing structures. This procurement is crucial for ensuring reliable telecommunications infrastructure that supports military operations, reflecting the government's commitment to maintaining efficient communication systems. Interested contractors should submit their proposals by March 28, 2025, and can direct inquiries to John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & COLORADO AVE, JOINT BASE LEWIS/MCCHORD, WA 98433-9500.
    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 connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis/McChord in Tacoma, WA. Contractors are required to meet specific technical requirements, including configuring Ethernet frame sizes for jumbo frames, ensuring a round-trip delay of 10 milliseconds, and providing detailed quotes that include Local Exchange Carrier (LEC) information and compliance with testing protocols. This telecommunications service is critical for maintaining efficient communication within military operations. Interested contractors must submit their proposals by March 31, 2025, with the service date set for August 12, 2025. For further inquiries, contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL.
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    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 connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This telecommunications service is critical for maintaining effective communication and operational capabilities within the military framework. Interested contractors must submit their quotes by March 31, 2025, with service commencement expected by August 12, 2025. For further inquiries, contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.
    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) circuit between two military locations: Building NH-95 in Norfolk, VA, and Building 2904 at Seymour Johnson AFB, NC. The contract requires contractors to ensure service availability of at least 99.5% and to complete installation by August 3, 2025, while adhering to all technical specifications and testing parameters outlined in the Request for Proposal (RFP). This telecommunications infrastructure is critical for supporting military operations and maintaining high standards in defense communications. Interested contractors must submit their proposals via the government’s electronic system by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson at the provided email addresses.