Skip to main content

An official website of the United States government

You have 2 new alerts

PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT BETWEEN 14900 PARK CENTRAL RD, CAMP # 3 WILLOW BLDG, THURMONT, MD 21788 AND FAA RADIO RELAY TOWER, 4213 SUITLAND RD SUITLAND, MD 20746

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 29, 2025 12:03 pm CST
  • Original Date Offers Due: Feb 28, 2025 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
  • NAICS Code:
    • 517121 - Telecommunications Resellers
  • Place of Performance:

Description

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.

Contact Information

Contracting Office Address

  • 2300 EAST DRIVE BUILDING 3600
  • SCOTT AFB , IL 62225-5406
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jan 29, 2025 12:03 pm CSTCombined Synopsis/Solicitation (Original)