ContractCombined Synopsis/Solicitation

Commercial Internet Service Provider (CISP)

DEPT OF DEFENSE FA660626Q0009
Response Deadline
Mar 25, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide commercial high-speed fiber internet services at Westover Air Reserve Base (ARB) in Massachusetts. The contractor will be responsible for delivering, installing, and maintaining a symmetrical internet service with a minimum speed of 1 Gbps, scalable to higher speeds, while ensuring 90% annual uptime and compliance with stringent cybersecurity standards. This procurement is critical for supporting approximately 900 devices across various base buildings, with a contract period starting April 1, 2026, and extending through March 30, 2031, including four optional years and a potential six-month extension. Interested offerors must submit their proposals, including a price proposal sheet and proof of Cybersecurity Maturity Model Certification (CMMC) Level 1, by March 25, 2026, and can contact Robert E. Stacy at robert.stacy.2@us.af.mil for further information.

Classification Codes

NAICS Code
517111
Wired Telecommunications Carriers
PSC Code
DG11
IT and Telecom - Network: Satellite Communications and Telecom Access Services

Solicitation Documents

8 Files
Statement of Work for CISP.pdf
PDF187 KBMar 17, 2026
AI Summary
Westover ARB MA requires a contractor to provide, install, maintain, and support high-speed internet services. This includes all necessary infrastructure, equipment, and 24/7 technical support. The service must offer symmetrical internet connectivity with a minimum speed of 1 Gbps, scalable to 2, 5, or 10 Gbps for approximately 900 devices, and ensure a 90% annual uptime. Latency must not exceed 50 milliseconds for local traffic and 100 milliseconds for regional traffic. The contractor will connect to or provide a new fiber feed to Building 1800, where government-provided fiber connections will extend to the contractor-installed router/gateway and firewall. The contractor must adhere to cybersecurity standards like NIST SP 800-171 and 800-53, conduct security audits, and provide background-checked personnel. The scope covers wired and wireless services across various base buildings, with the government reserving the right to expand services. The contract will be a base year with four option years and a six-month extension.
RFI - CISP v2.pdf
PDF104 KBMar 17, 2026
AI Summary
This Request for Information (RFI) addresses questions and provides clarifications regarding a federal government solicitation for high-speed fiber internet services at Westover ARB, updated on March 17, 2026. Key points include the inability to extend the contract past March 31, 2026, and the strict requirement for Cybersecurity Maturity Model Certification (CMMC) Level 1. The contractor is responsible for supplying and installing a gateway router in Building 1800, while Westover will manage the firewall. Technicians will be escorted on base for access. The solicitation now requires a 4Gbps access circuit with scalable bandwidth options (1-4Gbps) to allow for future upgrades without new circuit installations, and has updated available bandwidth options to align with industry standards (2Gbps, 5Gbps, 10Gbps). The quote due date remains March 25, 2026. Logistico LLC is the incumbent contractor. The project encompasses eight locations, including Building 7072 MXG, representing current, not expanding, service areas. The government will provide fiber connections from Building 1800 (Demarcation) to Building 1800.
Price proposal sheet - CISP v2.xlsx
Excel14 KBMar 17, 2026
AI Summary
This government file outlines an Invitation for Bid (IFB) for Internet Service Provider (ISP) services, detailing a multi-year contract from April 1, 2026, to March 31, 2031, with an optional six-month extension. The core service is 1 Gig ISP, with provisions for potential increases to 2 Gig, 5 Gig, and 10 Gig, though only the base 1 Gig service will be evaluated for pricing. Key evaluation criteria include meeting 100% of the statement of work requirements, offering the lowest acceptable price, and providing proof of Cybersecurity Maturity Model Certification (CMMC) Level 1. The document specifies CLINs (Contract Line Item Numbers) for monthly ISP service and a one-time installation fee, with an emphasis on filling in 'Green areas' for pricing. The Westover requires an increase in service bandwidth.
RFI - CISP.pdf
PDF53 KBMar 17, 2026
AI Summary
This Request for Information (RFI) addresses critical questions regarding a government contract, focusing on timeline, site access, and cybersecurity compliance. The current contract cannot be extended past March 31st, potentially leading to a lapse in service. Technicians requiring access to manhole ducts at Westover for installation will be escorted, and any installed cables will become base property. A key requirement is compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1, which is a mandatory disqualifier if not met. This RFI clarifies essential conditions for potential contractors, emphasizing strict adherence to deadlines, security protocols, and cybersecurity standards within federal government contracting.
Solicitation - FA660626Q0009.pdf
PDF291 KBMar 17, 2026
AI Summary
This government solicitation (FA660626Q0009) is a Request for Quote (RFQ) from the US Air Force's 439th Contracting Squadron at Westover Air Reserve Base, MA. The purpose is to procure commercial high-speed fiber internet service for the base, including installation and monthly charges, over a base year and four option years (total of five years). The main evaluation factors are meeting the Statement of Work requirements, price, and achieving at least Level 1 of the Cybersecurity Maturity Model Certification (CMMC). Offerors must demonstrate compliance with CMMC Level 1 or higher to be considered for award. Payment will be processed electronically through Wide Area WorkFlow (WAWF) using an Invoice 2in1 document type for fixed-price services. The solicitation outlines various FAR and DFARS clauses, including those related to small business programs, cybersecurity compliance, and contractor access to Air Force installations.
SOW for CISP.pdf
PDF192 KBMar 17, 2026
AI Summary
The Statement of Work (SOW) outlines requirements for a Commercial High-Speed Internet Service Provider (CISP) at Westover ARB MA. The contractor must provide 1 Gbps symmetrical internet connectivity, scalable to 4 Gbps, with a 90% annual uptime guarantee and low latency. The service needs 24/7 technical support, on-site assistance for critical issues, and a dedicated account manager. The SOW details infrastructure requirements, network protocols (supporting all IP protocols without filtering or NAT), and public IPv4 and IPv6 compatibility. Installation involves delivering the circuit to a designated demarcation point, including all necessary labor and equipment. Security and compliance adhere to DoD cybersecurity standards, requiring background-checked personnel and reporting security incidents. The contractor must submit a Quality Control Plan, and performance will be evaluated against a Quality Assurance Surveillance Plan. The government will provide fiber pathways and network equipment, and the contract includes a base year with four option years. Specific contact information for planned outages and technical points of contact is also provided.
CISP Diagram_Map.pdf
PDF126 KBMar 17, 2026
AI Summary
The document outlines the base fiber optic internet infrastructure at Westover Air, detailing key buildings and network components. It identifies specific locations such as Building 1800 DCO, Building 1204 Wg Conf Ctr, Building 1100 Chapel, Building 1700 Gym, Building 1850 PA, Building 7075 Pax, Building 7072 MXG, Building 3400 CS, and Building 1610 Base OPS as being part of this network. The core network components listed are the Westover CISP router, Switch, AP, and Firewall. This information is typically found in government RFPs or infrastructure upgrade proposals, indicating a need for either new installations, maintenance, or upgrades to the existing fiber internet system across various critical facilities at Westover Air.
Price proposal sheet - CISP .xlsx
Excel14 KBMar 17, 2026
AI Summary
This government file outlines an RFP for Internet Service Provider (ISP) services with a primary period of performance from April 1, 2026, to March 31, 2027, and subsequent annual renewals through March 31, 2031. There's also an optional six-month extension. The core service is 1 Gig ISP, with pricing requested for 2 Gig, 3 Gig, and 4 Gig options for potential future bandwidth increases, though these are not evaluated in the initial award. Key evaluation criteria include meeting 100% of the statement of work requirements, the lowest acceptable price among qualified vendors, and proof of achieving at least Level 1 Cybersecurity Maturity Model Certification (CMMC).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 25, 2026
amendedAmendment #1· Description UpdatedMar 11, 2026
amendedLatest Amendment· Description UpdatedMar 17, 2026
deadlineResponse DeadlineMar 25, 2026
expiryArchive DateApr 9, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA6606 439 CONF PK

Point of Contact

Name
Robert E. Stacy

Place of Performance

Massachusetts, UNITED STATES

Official Sources