Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOLICITATION NOTICE

D -- FY25 Commercial Internet/Leased Fiber/TV Cable

Notice Date
4/3/2025 7:13:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517810 —
 
Contracting Office
W7M9 USPFO ACTIVITY KS ARNG TOPEKA KS 66611-1169 USA
 
ZIP Code
66611-1169
 
Solicitation Number
W912JC25QA002
 
Response Due
4/25/2025 10:00:00 AM
 
Archive Date
05/10/2025
 
Point of Contact
Kristy Rubio, Phone: 17856460851, Vernon L. Verschelden, Phone: 7856460852
 
E-Mail Address
kristy.a.rubio.civ@army.mil, vernon.l.verschelden.civ@army.mil
(kristy.a.rubio.civ@army.mil, vernon.l.verschelden.civ@army.mil)
 
Description
Combined Synopsis / Solicitation The United States Property & Fiscal Office - Kansas, Kansas Army National Guard (KSARNG) is seeking current and relevant experience, personnel with the capability to perform a service contract only to Provide Commercial Internet Services, Provide Television Services and Provide Direct Leased Fiber Services using currently installed infrastructure. Period of Performance (PoP): The Period of Performance shall be 1 Base Year of 12 months and 4 12-month option years. This is not a request for offers or proposals but is a survey of the market for initial sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any issued. If a solicitation is release it will be synopsized on the Government Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information to the requirement. Offerors will be required to be registered in SAM.gov (https://sam.gov/SAM). All interested sources should respond. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns in all socioeconomic categories (i.e. Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Woman-Owned Small Business (WOSB)) to identify their capabilities in meeting the requirement at a fair market price. The primary network located in the Topeka State Defense Building Complex (2800 SW Topeka Blvd) shall have Internet access provided by the contractor with at least one static network defined, and at least a /26 IPv4 network assigned to it. Television services will deliver standard local television offerings and standard channel packages commonly provided by satellite or cable providers. At a minimum: The Weather Channel, KTMJ, KSNT, KTWU, KTKA, WIBW, Fox News, and CNN. Locations listed in Attachment 1 � �Facilities and Requirements table�. The NAICS code assigned to the acquisition is 517810, All Other Telecommunications with a corresponding size standard of $40.0 million. The single award, Firm Fixed Price contract is estimated to be valued at a maximum of $600,000.00 over the life of the contract and will be a One Year Base period and Four - One Year Options. The minimum guaranteed amount is currently estimated to be $120,000.00. The solicitation issued will specify the actual minimum and maximum amounts of the contract. Contract Clauses FAR Clauses Incorporated by Reference Number Title Effective Date 52.204-13 System for Award Management Maintenance. Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance. Aug 2020 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. Nov 2023 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Jan 2025 Commercial Products and Commercial Services 52.217-8 Option to Extend Services Nov 1999 52.217-9 Option to Extend the Term of the Contract Mar 2000 DFARS Clauses Incorporated by Reference Number Title Effective Date 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials. Sep 2022 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. Oct 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. May 2024 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Jan 2023 Equipment or Services 252.239-7004 Orders for Facilities and Services Sep 2019 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. Nov 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. Nov 2023 252.204-7024 Notice on the Use of the Supplier Performance Risk System. Mar 2023 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. Jan 2023 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Dec 2018 252.232-7010 Levies on Contract Payments. Dec 2006 252.232-7006 Wide Area Work Flow Payment Instructions. Jan 2023 252.239-7007 Cancellation or Termination of Orders Sep 2019 Solicitation Provisions FAR Clauses Incorporated by Reference Number Title Effective Date 52.204-16 Commercial and Government Entity Code Reporting. Aug 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Nov 2021 Services or Equipment. 52.204-7 System for Award Management. Nov 2024 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. Sep 2023 Addendum to Solicitation Provisions Number Title Effective Date 52.201-1 Acquisition 360: Voluntary Survey. Sep 2023 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. Dec 2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b576ec7dfb944301aa6942cd933d87a8/view)
 
Place of Performance
Address: Topeka, IL, USA
Country: USA
 
Record
SN07396437-F 20250405/250403230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.