Start a dedicated 10MB service from Safeguard Street to Waipio Road, Waipahu 96797
ID: HC101924QA016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DITCO-PACPEARL HARBOR, HI, 96860-5815, 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 the establishment of a dedicated 10MB telecommunications service from Safeguard Street, Pearl Harbor, to Waipio Access Road in Waipahu, Hawaii. The procurement aims to ensure reliable connectivity between these locations, with a service commencement date targeted for December 20, 2024. This telecommunications service is critical for supporting operational communications and enhancing network capabilities within the region. Interested contractors must submit their proposals electronically by September 16, 2024, at 11:00 AM Hawaii Standard Time, and are encouraged to contact Wayne Leu or Darlene Arakaki for further inquiries regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an administrative amendment (0003) concerning the Request for Proposal (RFP) HC101924QA016-0003. Its primary purpose is to extend the proposal due date from September 12, 2024, to September 16, 2024, at 11:00 AM Hawaii Standard Time (HST), as requested by potential offerors. The amendment also includes changes from previous amendments: Amendment 0002 rescheduled a site visit to September 10, 2024, starting at 9:00 AM HST, while Amendment 0001 responded to inquiries about the use of existing base fiber for connectivity and the organization of a site survey. Contractors must comply with all technical requirements detailed in the solicitation and submit their quotes electronically by the new due date. The project involves establishing a dedicated 10MB service between specified locations in Hawaii, with a desired service date of December 20, 2024. It stipulates that contractors must provide sufficient detail in their proposals and adhere to government regulations, including the submission of questions by September 4, 2024. The document also emphasizes that contractors cannot impose any additional terms on the government. Overall, it reflects the structured process typical in federal RFPs, maintaining clarity and compliance as critical focuses.
    The document is an administrative amendment to a Request for Quote (RFQ) concerning the provision of dedicated telecommunications services from Pearl Harbor to Waipahu, Hawaii. Its main purpose is to address inquiries from contractors, provide site visit details, and extend the submission deadline to September 12, 2024. Key points include the allowance of using existing base fiber to reduce costs, the scheduling of a mandatory site visit on September 9, 2024, and the requirement for potential attendees to confirm their participation by September 5, 2024. Submissions should include detailed quotes for a service period of 60 or 36 months, adhering to specific technical requirements and conditions outlined in the solicitation. The document emphasizes the importance of compliance with all contractual obligations and the need for effective communication regarding site access for contractors. All other terms and conditions remain unchanged, and the main contact for the contracting officer is provided for further inquiries.
    Amendment 0002 of Inquiry HC101924QA016-0002 updates the site visit date for eligible contractors from September 9, 2024, to September 10, 2024, starting at 9:00 AM Hawaii Standard Time (HST). Contractors must notify the Contracting Officer, Darlene Arakaki, by September 5, 2024, to attend this site visit at Waipio Peninsula, which is essential for preparing quotes. Additional responses to questions submitted earlier confirmed the use of available base fiber for connectivity may be approved, potentially reducing costs for bidders. The request is for a quote to establish a dedicated 10MB service from Pearl Harbor to Waipio Access Road, with services required to start by December 20, 2024. Contractors are advised to comply with all solicitation technical requirements, and quotes must be submitted electronically by September 12, 2024, at 11:00 AM HST. Proposals should also cater to a 60-month service term, clearly detailing compliance with DITCO’s telecommunication texts. The document emphasizes stringent adherence to submission guidelines and response timelines to avoid disqualification during evaluation. Overall, this inquiry highlights procedural expectations for bidders in the federal contracting framework.
    The document is a formal request for quotes (RFP) issued by the Defense Information Technology Contracting Organization (DITCO) for a dedicated telecommunications service of 10MB between two locations in Hawaii. The government seeks compliance with specified technical requirements and emphasizes that failure to meet these will result in quotes being deemed non-compliant. Contractors must submit detailed quotes, including conditions for potential adjustments and timelines, as well as adhere to guidelines concerning telecommunications components that may affect national security. The RFP specifies a service start date by December 20, 2024, and mandates inquiries to be directed to designated contract specialists before a set deadline. Contractors are required to comply with a series of provisions regarding telecommunications equipment and services, ensuring no liability for basic termination and adherence to tariff requirements. The contract duration is intended for 60 months, though a minimum service period of one month is emphasized. The document delineates procedures for submissions, potential penalties for non-compliance, and the necessity to maintain clear communication with the contracting officers during the process. This RFP reflects the government's systematic approach in seeking reliable telecommunications solutions while ensuring regulatory and security standards are met.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial Ethernet Gateway (CEG) Hawaii
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking proposals for a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to support the Commercial Ethernet Gateway (CEG) initiative in Hawaii. The objective of this procurement is to migrate to Ethernet-based services, thereby eliminating legacy technology and reducing telecommunications costs over a ten-year period, which includes a five-year base period and two option periods. This initiative is critical for enhancing communication infrastructure within the Department of Defense, ensuring reliable and efficient service delivery. Interested contractors must submit their proposals by September 23, 2024, and direct any inquiries to Jodie S. Onaga-Nuttall or Ryan G. Lee at the provided email addresses.
    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 A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DISN VPN SERVICE BETWEEN BLDG 450, ROOM 5248, SB FL, 450 GOLDEN GATE AVENUE, SAN FRANCISCO, CA 94102 AND DISA IPT-PE ROUTER AT BLDG 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA 95903-1517.
    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 1GB DISN VPN service connecting specific locations in San Francisco, CA, and Beale AFB, CA. The procurement aims to establish a reliable telecommunications link essential for operational efficiency and secure communications within the agency. This opportunity is set aside for small businesses under the SBA guidelines, with a focus on the Wired Telecommunications Carriers industry, and requires compliance with various federal acquisition regulations. Quotes are due by October 17, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL AND MAINTAIN A 50MB SERVICE AT 650 FLORIDA AVE, TYNDALL AFB (PORT SAINT JOE), FL 32403
    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 a 50MB telecommunications service at Tyndall Air Force Base, located at 650 Florida Ave, Port Saint Joe, FL. The procurement requires contractors to ensure a service availability of 99.5% or higher, with stringent conditions for response and restoration times for outages, while avoiding the use of satellite links and providing 24/7 monitoring capabilities. This opportunity is critical for maintaining robust telecommunications infrastructure, reflecting the government's commitment to high operational standards and compliance with federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can contact Shawn Arentsen or Amanda Romanitis via email for further information.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    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 an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    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 an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between Offutt Air Force Base, NE, and Fargo, ND. This procurement aims to establish a reliable telecommunications link, which is crucial for supporting military operations and communications. Interested vendors must submit their quotes by October 14, 2024, at 4:00 PM CST, with all proposals directed to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at (618) 418-6946 or via email at maxwell.s.jones.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    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 an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base in Nebraska and Fargo, North Dakota. This procurement aims to fulfill the telecommunications needs as outlined in the combined synopsis/solicitation, which includes specific requirements for commercial items and adherence to various federal acquisition regulations. The selected contractor will be responsible for ensuring the service meets the outlined acceptance criteria and will be evaluated based on the submitted quotes, which are due by October 14, 2024, at 4:00 PM CST. Interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil 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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 308, RM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA 17050.
    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 10GB non-switched Ethernet circuit between two locations: Building 173 at Picatinny Arsenal, NJ, and Building 308 in Mechanicsburg, PA. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity essential for military operations and coordination. The solicitation is structured as a request for quote (RFQ), with a focus on compliance with technical specifications and pricing for monthly recurring and non-recurring charges. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they can contact John Warner or Kevin Knowles via the provided email addresses.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 26-2, WALLACE SUITE RM, 700 ROBBINS STREET, PHILADELPHIA, PA 19111.
    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 10GB non-switched Ethernet circuit between two specified locations: BLDG 173 at Picatinny Arsenal, NJ, and BLDG 26-2 in Philadelphia, PA. This procurement aims to enhance telecommunications capabilities, ensuring reliable connectivity for military operations and related services. The solicitation is structured as a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors must submit their quotes, which should detail monthly and non-recurring charges, by the specified deadline, and can direct inquiries to John Warner or Kevin Knowles via their provided email addresses.