Commercial Internet
ID: H9224024Q1016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure high-speed, dedicated internet services for the Naval Special Warfare Range located at Fort Chaffee, Arkansas. The requirement includes a minimum bandwidth of 100 MB, uninterrupted network monitoring, enhanced security features, and maintenance of the communications link, with a contract structure comprising a one-year base period and four one-year option periods. This procurement is critical for ensuring operational efficiency and safety at the range, as AT&T is the sole provider capable of meeting these specific needs due to their existing infrastructure in the area. Interested parties can reach out to Kelly L. McNeill at kelly.mcneill@socom.mil for further information, although this opportunity is currently classified as a sole source acquisition under FAR 13.106-1(b)(1)(i).

    Point(s) of Contact
    Kelly L. McNeill
    kelly.mcneill@socom.mil
    Files
    Title
    Posted
    The document is a Sole or Limited Sources Justification memorandum for acquiring high-speed Internet services for the Naval Special Warfare Range at Fort Chaffee, Arkansas. It establishes the need for services exclusively from AT&T due to their existing infrastructure that supports the required bandwidth (100MB) and essential communication systems. The memorandum outlines that AT&T is the only telecommunications provider in the region capable of meeting performance requirements, eliminating the need for other vendors, whose involvement would incur additional time and costs for infrastructure establishment. It emphasizes the urgency in procuring these services to ensure range safety and maintain operational efficiency, noting that potential delays from other providers would result in unacceptable impacts. The government's intent is to continue monitoring the market for potential competition while acknowledging current limitations. The document emphasizes compliance with federal acquisition regulations regarding competition and justifications for sole sourcing.
    Lifecycle
    Title
    Type
    Commercial Internet
    Currently viewing
    Presolicitation
    Similar Opportunities
    58--MODEM,COMMUNICATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of modem communication spare parts. This requirement is classified as a sole source procurement, meaning that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. Proposals must remain valid for a minimum of 120 days, and inquiries can be directed to Cody Cameron at cody.p.cameron@navy.mil or by phone at 215-697-1202.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 80MBPS ETHERNET MPLS CONNECTION AT BLDG 262; 0 FL; 262 ANACONDA RD; CORONADO, CA 92118 AND BLDG 1482, RM 169, 1482 READ ROAD, NAS NORTH ISLAND, SAN DIEGO, CA 92135.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an 80MBPS Ethernet MPLS connection at two specified locations in Coronado and San Diego, California. The procurement aims to secure reliable telecommunications services essential for operational efficiency at these military facilities. This opportunity falls under the NAICS code 517111, which pertains to Wired Telecommunications Carriers, and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation process for selecting the contractor. Interested vendors should submit their quotes by the specified due date, and for further inquiries, they may contact Robyn Tebbe or Kevin Knowles via their provided email addresses.
    Commercial High-Speed Internet Service Provider (CISP) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Commercial High-Speed Internet Service Provider (CISP) services at Tinker Air Force Base in Oklahoma. The contract requires the delivery of a minimum bandwidth of 2 Gbps, with the potential to increase to 6 Gbps, ensuring 99.9% coverage availability across designated locations on the base. This procurement is critical for maintaining operational efficiency and connectivity at the base, with a contract term of 36 months and an option for an additional year. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should contact Donald Wallar at donald.wallar@us.af.mil for further information.
    80th Training Command Cable Services Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for commercial internet cable services for the 80th Training Command, covering 10 sites across multiple states including New Jersey, California, and Texas. The primary objective is to provide reliable Ethernet connections and associated network management services, ensuring compliance with stringent performance standards such as a 99.75% availability rate and minimal packet loss. This procurement is crucial for enhancing the Army Reserve's network capabilities and supporting operational training initiatives. Interested contractors must submit their proposals by 14:00 ET on September 18, 2024, and can direct inquiries to Eric J. Wagner at eric.j.wagner1.civ@army.mil or Gina Cuiffo at gina.s.cuiffo.civ@army.mil.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Active
    Dept Of Defense
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 1GB SERVICE REAWARD BETWEEN BLDG 400; PHONE RM; FL 1; DEFENSE MANPOWER DATA CENTER; 400 GIGLING ROAD; SEASIDE, CA, 93955 AND BLDG 700; TELCO RM, 155; 730 AIRPORT ROAD; MONTEREY, CA, 93943.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a dedicated 1GB service between two locations in California: Building 400 at the Defense Manpower Data Center in Seaside and Building 700 in Monterey. The procurement aims to enhance telecommunications capabilities, ensuring reliable connectivity for defense operations. This opportunity falls under the NAICS code 517111, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they may contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG: 747,ROOM: 209, 240 KNAPP BLVD, BERRY FIELD ANG BASE, NASHVILLE, TN 37217 AND BLDG: 5160, ROOM: 1022, CER, FLOOR: 1ST, 5534 PRYOR DRIVE, SCOTT AFB, IL 62225
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 lease between two specified locations: Berry Field ANG Base in Nashville, TN, and Scott AFB in Illinois. This procurement involves commercial telecommunications services, specifically under the NAICS code 517111, and is critical for ensuring reliable satellite communications and telecom access services. Interested vendors should note that the solicitation follows a Lowest Price Technically Acceptable (LPTA) evaluation process, with all quotes due by the specified deadline outlined in the attached solicitation documents. For further inquiries, potential bidders can contact John Beckman or Dale Rupright via their respective emails provided in the opportunity overview.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) COMMERCIAL LEASE BETWEEN BLDG: 801, ROOM 148, 240 KNAPP BLVD, NASHVILLE, TN 37217 AND BLDG 859, DIAL CENTRAL OFFICE (DCO), 301 EAST MOORE DRIVE, GUNTER ANNEX, AL 36114
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) commercial lease between two specified locations in Nashville, TN, and Gunter Annex, AL. This procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation follows a Combined Synopsis/Solicitation format, and interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria. For further details, including the specific requirements and deadlines, interested parties can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.