SOLICITATION NOTICE
D -- 1GB DEDICATED SERVICE FROM VA TO VA
- Notice Date
- 12/18/2025 8:37:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517121
—
- Contracting Office
- TELECOMMUNICATIONS DIVISION- HC1013 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- HC101326QA062
- Response Due
- 1/19/2026 2:00:00 PM
- Archive Date
- 05/05/2026
- Point of Contact
- John Beckman, Phone: 667-890-7993, Dale Rupright, Phone: 667-890-3625
- E-Mail Address
-
john.e.beckman.civ@mail.mil, dale.l.rupright.civ@mail.mil
(john.e.beckman.civ@mail.mil, dale.l.rupright.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED SERVICE FROM BLDG 101D, SRVR ROOM, FLOOR 1, 44845 FALCON PL, STERLING, VA 20166 (STERLING/CCI) TO BLDG 5103, ROOM T106, 7500 GEOINT DRIVE, NGA CAMPUS EAST FT BELVOIR, SPRINGFIELD, VA 22150 (NCEFTBLV/CCI). ****SEE UNIQUE INSTALL FACTORS**** 2. EACH CONTRACTOR IS RESPONSIBLE FOR READING AND COMPLYING WITH ALL TECHNICAL ASPECTS OF THIS SOLICITATION, TO INCLUDE READING AND AGREEING WITH THE STANDARD PROVISIONS, ATTACHMENTS LISTING SPECIFIC TECHNICAL REQUIREMENTS, PRICE QUOTE REQUIREMENTS, AND REQUESTED SERVICE DATE. FAILURE TO READ AND ADHERE TO ANY PORTION OF THE INQUIRY SHALL RENDER THE QUOTE NON-COMPLIANT AND RESULT IN IT BEING EXCLUDED FROM EVALUATION AND AWARD. 3. THE SERVICE DATE TO BE MET IS: 04/17/2026 (SIP). THE GOVERNMENT ASSUMES THAT CONTRACTORS HAVE CONSIDERED ALL ISSUES THAT MAY IMPACT THE SERVICE DATE. THE GOVERNMENT MAY CANCEL, TERMINATE, OR REQUEST CONSIDERATION IAW DITCO ADDITIONAL TELECOMMUNICATIONS TEXT 42 FOR FAILURE TO MEET CONTRACTUAL SERVICE DATE OR COMPLY WITH ANY CONTRACT TERMS OR CONDITIONS. 4. CONTRACTORS SHALL SUBMIT QUOTES IAW DITCO ADDITIONAL TELECOMMUNICATIONS TEXT 04. QUOTES SHALL INCLUDE SUFFICIENT DETAIL FOR EFFECTIVE EVALUATION AND SHOULD NOT SIMPLY REPHRASE OR RESTATE THE GOVERNMENT REQUIREMENTS. QUOTE MUST PROVIDE CONVINCING RATIONALE TO ADDRESS HOW THE CONTRACTOR INTENDS TO MEET THE REQUIREMENT. IN RESPONSE TO THIS SOLICITATION, NO TERMS OR CONDITIONS PLACED UPON THE GOVERNMENT, NOR ASSUMPTIONS WILL BE ACCEPTED. CONTRACTORS ARE ENCOURAGED TO SUBMIT QUESTIONS AND REQUEST CLARIFICATION OF THE REQUIREMENT(S) BEFORE SUBMITTING QUOTES. QUESTIONS SHALL BE SUBMITTED TO CONTRACT SPECIALIST AND CONTRACTING OFFICER DURING THE SOLICITATION PHASE ONLY, AND RESPONSES FOR ALL INTERESTED PARTIES WILL BE POSTED TO SAM.GOV. 5. QUOTES MUST BE UPLOADED TO IDEAS. FAILURE TO READ AND ADHERE TO ANY PORTION OF THE SOLICITATION SHALL RENDER THE QUOTE NON-COMPLIANT AND RESULT IN IT BEING EXCLUDED FROM EVALUATION AND AWARD. 6. THIS IS A REAWARD OF A CURRENT SERVICE, (CSA #RXCO000088EBM). IF THE INCUMBENT QUOTE IS EVALUATED AS THE LOWEST PRICE TECHNICALLY ACCEPTABLE, THE CURRENT CSA WILL BE ADMINISTRATIVELY DISCONTINUED WITHIN 30 DAYS OF INCUMBENT CONTRACTOR RECEIVING AWARD. INCUMBENT CONTRACTORS SHALL SUBMIT NOTICE OF COMPLETION (NOC) WITHIN 30 DAYS. 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. This solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular and DFARS publications current at the time of posting. The provisions and clauses that apply to this acquisition are identified in the DITCO Basic Agreement and the attached RFQ. The associated North American Industrial Classification System (NAICS) code for this procurement is 517121. This is a small business set aside. The small business size standard is 1500 employees. All quoted prices shall be identified as monthly recurring charges and/or non-recurring charges. CLINs shall include item descriptions, quantities, and units of measure as indicated in the IQO Deskbook. The requested quote due date, service date, description of requirement, place of performance and POC information are outlined in the attached solicitation. The product and service code for this telecommunications requirement is DG11. The following commercial products and commercial services terms and conditions are applicable to this requirement. These terms and conditions are incorporated herein by reference and included in the existing basic agreements: FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services; FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (Alternate I); FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. The lowest price technically acceptable (LPTA) source selection process will be used to evaluate quote(s). Details of the specific evaluation criteria and the date/time offers are due can be found in the attachment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e10ba9a2500c4d0499c53063786aba2e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07669943-F 20251220/251218230039 (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 |