N66001-25-Q-6125 - Notice of Intent to Award Sole Source Order to Charter Communications Operating, LLC.
ID: N66001_SNOTE_021CC6C6Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Offices of Lawyers (541110)

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (D)
Timeline
    Description

    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.

    Point(s) of Contact
    Dane J BlackContract Specialist
    (619) 992-2150
    dane.j.black.civ@us.navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    Ethernet Dedicated Internet Services
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is soliciting quotes for Ethernet Dedicated Internet (EDI) services for its Resident Agency located in Great Lakes, Illinois. The procurement involves the installation of a dedicated commercial circuit, Ethernet hard lines, WIFI for approved areas, and coaxial connections for base broadcast alerts, with a requirement for full installation and ongoing support over a five-year period. This service is critical for ensuring reliable internet access and communication capabilities within the restricted base environment, necessitating vendor compliance with US Navy Facilities (NAVFAC) standards and rapid emergency response protocols. Quotes are due by December 15, 2025, at 10:00 AM EST, and interested vendors must provide company information, including CAGE Code, UEI, TIN, and a completed Schedule of Supplies and Services, with awards based on the Lowest Price Technically Acceptable (LPTA) criteria. For further inquiries, vendors may contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.
    KVH Industries, Inc. (KVH) Static IP and Monthly Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH) for satellite airtime and one year of monthly maintenance fees. This procurement is critical as KVH is the sole provider of the required satellite airtime, which is currently in use, and the Government plans to negotiate exclusively with KVH under FAR 13.106-1(b). Interested parties who believe they can meet the requirements may submit a capability statement, proposal, or quotation to Jessica Glisson at jessica.k.glisson.civ@us.navy.mil by December 11, 2025, for consideration in determining whether a competitive procurement will be conducted. The NAICS code for this opportunity is 517410, with a small business size standard of $44 million.
    Notice of Intent to Award to DELL Federal Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to DELL Federal Systems. This procurement is focused on acquiring IT and telecom services, particularly related to servers and perpetual license software, as outlined in the NAICS code 541519 and PSC code 7B22. The goods and services being sought are critical for the Navy's operational capabilities, ensuring they have the necessary technology to support their missions. For further details, interested parties can contact Paolo Mendoza at paolo.r.mendoza.civ@us.navy.mil or by phone at 619-553-7835.
    Cox Transport Circuits
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Exception to Fair Opportunity for Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), has awarded a sole source contract for mobile cellular services and devices from Verizon Wireless. This contract, identified as task order N4523A23F1313, is a follow-on to an existing IDIQ contract and was awarded under FAR 16.505(b)(2)(i)(C) to ensure economy and efficiency in service provision. The services are critical for maintaining effective communication capabilities within the naval operations at Bremerton, WA. For further details, interested parties can contact Nicole Fiorentino at nicole.fiorentino@navy.mil.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.