Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

D -- Commercial Internet and Wi-Fi Support with Wi-Fi Network Management

Notice Date
9/12/2025 3:54:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-25-Q-KT02
 
Response Due
9/19/2025 3:00:00 PM
 
Archive Date
09/26/2025
 
Point of Contact
Kyle Tanaka, MAJ Patricia Claire Miaga
 
E-Mail Address
kyle.m.tanaka.civ@army.mil, patricaclaire.m.miaga.mil@army.mil
(kyle.m.tanaka.civ@army.mil, patricaclaire.m.miaga.mil@army.mil)
 
Description
09/12/2025 - Amendment 02 The purpose of this amendment is to- 1. Amend Attachment 0003 � Combined Synopsis Solicitation W912CN-25-QA-KT02 Amendment 01, which incorporates the following additions/changes. 1. (vi) DESCRIPTION OF REQUIREMENTs: EXTENDED DESCRIPTION: Added - 1st paragraph/3rd sentence � �Building 690 is a 3 level/floor concrete construction structure with approximately 27,000 square feet of interior space. See Attachment 0004 -Technical Exhibit (TE) 01.� 2. PERIOD OF PERFORMANCE: Changed - C. �Attachment 0002 � Statement of Requirements� to �Attachment 0002 � Statement of Requirements Amendment 01� 3. RFQ ATTACHMENTS: Changed - 2. Attachment 0002 � Statement of Requirements Amendment 01 Changed - 3. Attachment 0003 � Combined Synopsis Solicitation W912CN-25-QA-KT02 Amendment 01 Added - 4. Attachment 0004 - Technical Exhibit (TE) 01 Added - 5. Attachment 0005 � Request For Clarification Form 4. (xv) DUE DATE AND SUBMISSION INFORMATION Request For Clarification (RFC) Due Date and Submission Requirements: Changed � �There will be no RFC exchange period.� to �Questions must be e-mailed to kyle.m.tanaka.civ@army.mil using the RFC Form (see Attachment 0005 � Request For Clarification Form). Questions must be received by 1200HRS Pacific Standard Time, no later than September 16, 2025. Questions may be addressed at the discretion of the Government. A summary of questions received and Government responses will be provided via amendment and posted on the SAM.gov website� 5. Quotes Due Date: Changed � 2nd paragraph/2nd sentence � �Quotes must be received by 1200HRS Hawaii Standard Time (HST), no later than September 17, 2025.� to �Quotes must be received by 1200HRS Hawaii Standard Time (HST), no later than September 19, 2025.� 2. Amend Attachment 0002 � Statement of Requirements Amendment 01, which incorporates the following additions/changes. 1. Attachment 0002 � Statement of Requirements Changed � Title �Statement of Work� to �Statement of Requirements� Added � 1st paragraph/3rd sentence - �Building 690 is a 3 level/floor concrete construction structure with approximately 27,000 square feet of interior space. See Attachment 0004 -Technical Exhibit (TE) 01.� 3. Add additional Attachments/Links 1. Added - 4. Attachment 0004 - Technical Exhibit (TE) 01 2. Added - 5. Attachment 0005 � Request For Clarification Form All other terms and conditions remain the same. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 09/10/2025 - Amendment 01 The purpose of this amendment is to- 1. Add - Attachment (JA 25-20 Sole Source FAR Part 13 (JUN 2025) 09.04.25_Redacted) All other terms and conditions remain the same. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, conducted using FAR 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-25-Q-KT02. (iii) This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular FAC 2025-03, Effective: January 17, 2025, and DFARS Publication Notice (DPN) 12/18/2024. This Combined Synopsis/Solicitation shall be posted on the Sam.gov website: https://sam.gov/. (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 517111 Internet service providers, using own operated wired telecommunications infrastructure (e.g., cable, DSL) and the business size standard for employees is 1,500. The product service (PSC) code is DG10, It and Telecom � Network As A Service. This procurement is Unrestricted. The Government intends to award a Firm-Fixed Price (FFP), Service contract. (v) For the purposes of quoting, the Contract Line-Item Number (CLIN) structure is identified below: (see Attachment 0001 - Proposed Price List) TOTAL OVERALL PRICE: (vi) Description OF REQUIREMENTs: Commercial Internet and Wi-Fi Support with Wi-Fi Network Management Services EXTENDED DESCRIPTION: The U.S. Army Garrison Hawaii (USAG-HI), Army Community Services (ACS) has a requirement to provide community support services to the Army soldiers and their families. The Contractor shall provide Commercial Internet and Wi-Fi Support with Wi-Fi Network Management, which includes network switches that provide Wi-Fi Internet signal throughout the desired location and connect the Access Points (routers) on each floor of Building 690, located at 310 Brannon Road, Schofield Barracks, Hawaii 96857. Network switches will supply reliable Commercial Internet service via Wi-Fi to support the Army soldiers and their families with access to the ACS programs and resources available online. Current Commercial Internet and Wi-Fi Support with Wi-Fi Network Management expired on 31-MAY-25. This is a follow-on requirement for the same product. The previous requirement was supported by a BPA order placed on contract W912CN-21-A-0002. BPA contract W912CN-21-A-0002 was awarded as a sole source to Time Warner Cable Enterprises LLC (dba Spectrum) based on the Cable Television Franchise Agreement between DMWR USAG-Hawaii and Spectrum from 01-DEC-20 to 30-APR-25 (five-year agreement). W912CN-21-A-0002 BPA expired on 30-APR-25 and a renewal BPA was not executed. Currently there is no Internet and Wi-Fi Support with Wi-Fi Network Management being provided to ACS. PERIOD OF PERFORMANCE: 30-SEP-25 � 29-SEP-30 Base Year 30 Sep 2025 � 29 Sep 2026 Option Period 1 30 Sep 2026 � 29 Sep 2027 Option Period 2 30 Sep 2027 � 29 Sep 2028 Option Period 3 30 Sep 2028 � 29 Sep 2029 Option Period 4 30 Sep 2029 � 29 Sep 2030 *6 months extension via 52.217-8 30 Sep 2030 � 29 Mar 2031 RCO-HI intends to award a single award contract to the responsible offeror whose offer represents the lowest price and is the best value to the government. If you are interested in the possible establishment of a single award contract for Commercial Internet and Wi-Fi Support with Wi-Fi Network Management services with the RCO-HI, please complete Attachment 0001 � Proposed Price List. A. For this procurement, the Best Value will be determined by the Lowest Price. The following factors will be used to evaluate offers Price. B. Price will contribute completely toward award determination. The RCO-HI will evaluate the price information submitted in each offeror's price proposal. Any other data provided by the offeror with their price proposal that is not required will not be considered or evaluated. C. The proposal must meet or exceed the salient characteristics specified in Attachment 0002 � Statement of Requirements. PRICING: Allowable taxes: General Excise Tax RFQ ATTACHMENTS: 1. Attachment 0001 � Proposed Price List 2. Attachment 0002 � Statement of Requirements 3. Attachment 0003 � Combined Synopsis Solicitation W912CN-25-Q-KT02 (viii) INSTRUCTIONS TO OFFERORS The provision at 52.212-1, Instructions to Offerors � Commercial Products and Services (SEP 2023), applies to this acquisition. The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award� Section below. Addendum to FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023) Pursuant to FAR 12.302(d), the provision at FAR 52.212-1 is augmented as follows: Offerors shall prepare their quotations IAW FAR 52.212-1 and this addendum. The offer shall consist of, at a minimum: Signed and dated Combined Synopsis and Solicitation with all pricing. The contractor shall complete the last page with contractor information. Quotes that fail to address all requirements or follow all instructions will be considered non-responsive and ineligible for contract award. Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage, and UEI number (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address), payment terms (i.e. net 30). 2. Price Quote: The Offerors shall submit complete pricing for each applicable CLIN listed in paragraph (v) above to include the unit price, total recurring price, and total annual price for each line item and a total price in US Dollars ($). All options must be priced or be accompanied by an explanation for no price; partial quotes will not be accepted. 3. Past Performance Information: Offerors need not submit past performance information. The government will consider past performance information, if available, from the web-enabled Supplier Performance Risk System (SPRS) regarding the Offeror�s past performance history to supplement the technical evaluation. The Government may query other internal databases (e.g. CPARS, SAM.GOV) at its discretion. 4. Formatting Requirements: All quotes and attachments shall be in Adobe Acrobat (.pdf) format. 5. Solicitation Requirements, Terms and Conditions: Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, in addition to those identified as evaluation criteria in section (ix). Failure to comply with the terms and conditions of the solicitation may result in the Offeror being ineligible for award. As such, Offeror must list any exceptions to the terms and conditions in the solicitation. 6. Period for acceptance of quotes: Offerors shall indicate how long the quote is valid. As a minimum the quote shall be valid for 90 days. 7. Wide Area Work Flow: Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. (ix) EVALUATION FACTORS FOR AWARD: The provision at FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (NOV 2021) applies to this acquisition. Addendum to FAR 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021) Pursuant to FAR 12.302(d), the provision at FAR 52.212-2 is augmented as follows: BASIS FOR AWARD: This is a best value comparative evaluation conducted IAW FAR 12, Acquisition of Commercial Items, and FAR 13, Simplified Acquisition Procedures. The Government intends to award a Firm Fixed Price Contract resulting from competitive quotes received in response to this solicitation. Award will be made to a single offeror who is deemed responsible in accordance with FAR Part 9, whose offer conforms to the solicitation requirements, meets the specifications of the performance work statement and is the most advantageous to the Government, price only is considered. The Government will evaluate the total price to determine if it is fair and reasonable (as determined within the meaning of FAR Part 9.104). All contractors are reviewed for responsibility IAW FAR 9 and for US Government past performance. The following factor shall be used to evaluate vendors: Price Only The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness. Price will be evaluated based on the combined total of all CLINs. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness. The Government intends to evaluate quotes and award without discussions; therefore quotes should be the contractor�s best pricing. a. Refer to FAR 52.212-2(b) regarding calculation of prices. Contracting Officers when evaluating quotes for contract award, as part of the price evaluation, will evaluate the Option to Extend Services under FAR clause 52.217-8 by adding one-half of the offeror�s final option price to the offeror�s total price. The final award evaluation will include the base year, all option years, and the six months FAR 52.217-8 clause option. The FAR 52.217-8 clause is useable at periods throughout the life of the contract (i.e., after the basic period, after the end of any of the exercised option periods); but not to exceed 6 months for the total life of the contract. b. Completeness. Each offeror is required to provide complete pricing for each Contract Line Item Number (CLIN) listed in paragraph (v) and Attachment 0001 � Proposed Price List. (x) The Contractor shall include the provisions at 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services and shall be registered in the System for Award Management (SAM) database: https://www.sam.gov/portal/public/SAM/. Failure to comply with SAM registration may deem a vendor ineligible for award consideration. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions (Jun 2020) 52.204-7 System for Award Management (Nov 2024) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-20 Predecessor of Offeror (Aug 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services�Representation (Oct 2020) 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023) 52.212-2 Evaluation�Commercial Products and Commercial Services (Nov 2021) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (May 2024) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (Feb 2024) 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�Commercial Products and Commercial Services (May 2024) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services--Alternate I (May 2024) 52.222-1 Notice to the Government of Labor Disputes (Feb 1997) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-26 Equal Opportunity (Sep 2016) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.223-23 Sustainable Products and Services (May 2024) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) 52.232-36 Payment by Third Party (May 2014) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.201-7003 Control of Government Personnel Work Product (Apr 1992) 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) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 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) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 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) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Jun 2023) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 2010) 252.215-7007 Notice of Intent to Resolicit (Jun 2012) 252.215-7008 Only One Offer (Dec 2022) 252.225-7000 Buy American--Balance of Payments Program Certificate�Basic (Feb 2024) 252.225-7001 Buy American and Balance of Payments Program�Basic (Feb 2024) 252.225-7048 Export-Controlled Items (Jun 2013) 252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations�Representation (Deviation 2024-O0006, Revision 1) (Mar 2024) 252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024- O0006) (Mar 2024) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (May 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023) Provisions/Clauses Incorporated by Full Text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov. (End of provision) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov. (End of clause) 52.252-5 Authorized Deviations in Provisions (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF. Request For Clarifications (RFC) Due Date and Submission Requirements: There will be no RFC exchange period. Quotes Due Date: Quotes must be submitted electronically through upload to the SAM.gov website. In the event of technical issues with the website, quotes may be submitted via e-mail to Contract Specialist, Kyle Tanaka at kyle.m.tanaka.civ@army.mil and Contracting Officer MAJ Patricia Claire Miaga at patricaclaire.m.miaga.mil@army.mil in electronic PDF format. Include RFQ# W912CN-25-Q-KT02 on all quotes. Quotes must be received by 1200HRS Hawaii Standard Time (HST), no later than September 17, 2025. It is the responsibility of the Offeror to ensure quotations are received and acknowledged by the contracting officer or contracting specialist. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). 52.212-1(f) Late submissions. (1) Offerors are responsible for submitting quotations to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist, Kyle Tanaka at kyle.m.tanaka.civ@army.mil and Contracting Officer MAJ Patricia Claire Miaga at patricaclaire.m.miaga.mil@army.mil. Reference RFQ# W912CN-25-Q-KT02 on all email exchanges regarding this acquisition. **** PLEASE PROVIDE THE FOLLOWING INFORMATION WITH YOUR QUOTE***** COMPANY NAME: ____________________________________________________ UNIQUE ENITITY IDENTIFIER: ________________________________________ CAGE CODE: ________________________________________ POINT OF CONTACT NAME: ____________________________________________ POINT OF CONTACT PHONE: ___________________________________________ POINT OF CONTACT EMAIL: ____________________________________________ Registered in SAM: Yes _____ No _____ *Make sure your status is ACTIVE since no award will be made on an expired registration. Registered in Wide Area Workflow (WAWF): Yes _____ No _____ *WAWF will not work when the SAM registration is inactive. This will cause payment delays! Section 889 Compliant & Listed in Reps and Certs in SAM: Yes ____ No ____ * If �No�, ensure to complete the Section 889 accompanying document in solicitation email ******* End of Combined Synopsis/Solicitation *******
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ff61816ace8a4d1c8986051dd314d2cf/view)
 
Place of Performance
Address: Schofield Barracks, HI 96857, USA
Zip Code: 96857
Country: USA
 
Record
SN07588678-F 20250914/250912230041 (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.