SOLICITATION NOTICE
D -- COMMERCIAL ETHERNET GATEWAY - PUERTO RICO/US VIRGIN ISLANDS
- Notice Date
- 9/4/2025 10:27:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517111
—
- Contracting Office
- TELECOMMUNICATIONS DIVISION- HC1013 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- HC101325R0007
- Response Due
- 9/5/2025 12:00:00 PM
- Archive Date
- 09/20/2025
- Point of Contact
- Edward Whittaker, Phone: 6678905069, Amy M. Frerker, Phone: 6678900793
- E-Mail Address
-
edward.d.whittaker.civ@mail.mil, amy.m.frerker.civ@mail.mil
(edward.d.whittaker.civ@mail.mil, amy.m.frerker.civ@mail.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 9/4/25 - Pricing Worksheet V5. Updated CLINs x035, x036, x043 and x044 to reflect To Be Negotiated (TBN) pricing due to no capabilities for 10G service in the Virgin Islands, listed as PR-S4 and PR-S8 on Attachment A= CEG PR DISN Node and Customer Access Site List. All other items remain unchanged. Proposal due date remains 5 September 2025 at 2:00 PM CDT. 8/25 - Extending Proposal Due Date to 9/5/2025. 8/13 - Pricing Worksheet V4. 8/8 - Providing updated Pricing Worksheet V3. 8/6/2025 - Providing Q&As V2 and a corrected copy of the Pricing Worksheet V2. 7/31/2025 - RFP update HC101325R00070001 issued to revise Security Requirements in the PWS and clarify proposal due date to reflect 15 August 2025. Provide updated DD Form 254. 7/24/2025 - RFP UPDATED TO INCLUDE Q&A, REVISED PRICING TEMPLATE AND EXTENSION OF PROPOSAL DUE DATE. ALL ATTACHMENTS ARE INCLUDED SEPARATELY. URGENT NOTIFICATION: We are in the process of addressing questions and will provide answers during the week on 21 Jul 2025. In addition, the proposal due date will be extended with a date to be determined. No other changes at this time. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular and the DFARS publications at the time of posting. There is no set-aside associated with this solicitation. The associated North American Industrial Classification System (NAICS) code is 517111. The product and service code for this acquisition is DG11. A list of line item number(s) and items, quantities, and units of measure is included in the attachment. A full description of acquisition included in the attachment. -- The Government intends to award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Puerto Rico and Virgin Islands. The Government requires commercially provided network solutions and services where the Contractor designs, furnishes, installs, tests, maintains, and sustains the CEG and Customer Access Site capabilities described in Attachment B � CEG Design Document for both DOD and authorized non-DOD operations at various locations representatively shown in Attachment A � CEG-DISN Node and Customer Access Site List. - The listed attachments are available in the attached PDF. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and a addenda is applicable; The applicability of the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, and the specific evaluation criteria is applicable; The provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, is applicable; The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, is applicable; The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, is applicable. The lowest price technically acceptable (LPTA) source selection process will be used to evaluate proposals. Proposals are due by 2:00PM CDT, to the POCs listed in this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6dc201eaf4b642079556b61f17d36126/view)
- Place of Performance
- Address: Fort Buchanan, PR, USA
- Country: USA
- Country: USA
- Record
- SN07577950-F 20250906/250904230042 (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 |