Department of Defense Information Network (DODIN) Outside Continental United States (OCONUS) Fiber Operation and Maintenance (O&M)
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: Presolicitation (Original)
- Original Published Date: Apr 09, 2024 01:13 pm EDT
- Original Response Date: Apr 25, 2024 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 26, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
NOTICE OF INTENT-SOURCES SOUGHT
The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Secure Federal Operations (SFO). A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305.
The proposed contract action is for continued high operational network availability and information assurance via dedicated contractor-owned, Government acquired and operated, dark fiber and commercial facilities to support DoD users Outside the Continental United States. The requirements were initially provided under a 25-year Capital Lease of Property, Indefeasible Right of Use (IRU) agreement. Continuation of the Operations and Maintenance (O&M) services is critical for the continued operation of the fiber infrastructure, co-location facilities, network optical equipment and O&M support. This requirement includes contractor- owned buried diverse backbone fibers, power, and environmental support services for the operation of critical optical amplification, junction node, and regeneration equipment. O&M support of the end-to-end provided network infrastructure (e.g., fiber, facilities, environmental support, maintenance, repair, and equipment hosting) and custom diverse fiber access laterals is required. This requirement includes support for technical refreshes, fiber relocations, and system enhancement and upgrade, to include modified infrastructure O&M, during this period of performance.
At this time, the incumbent contractor, SFO, is the only source capable of providing all necessary services as the owner of the fiber infrastructure and co-location facilities and, as such, the only source allowed and capable of performing O&M for the infrastructure. SFO is the only contractor uniquely positioned to meet the stated operational mission needs. SFO owns or controls access to the facilities where all of the Defense Information System Network (DISN) equipment is located for the existing fiber network and no other competitor is permitted access. Access to the buildings is controlled by the contractor and they possess the unique physical access and technical knowledge to repair and maintain components of the infrastructure in order for it to continue to meet the Government’s needs (performance, security, reliability, availability and sustainability) and established DISN security guidelines.
The statutory authority for other than full and open competition is 10 USC 3204(a)(1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 15 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement.
The North American Classification System (NAICS) code 517111 will be used for determining company size status.
CONTRACT/PROGRAM BACKGROUND:
Contract Number: HC1047-15-C-4000
Contract Type: Firm Fixed Price
Incumbent and their size and CAGE: Secure Federal Operations LLC (Formerly Sprint Communications L.P); Large Business; 70HQ0
Method of previous acquisition: Sole Source
Period of performance: October 01, 2014 – September 30, 2024
SPECIAL REQUIREMENTS: Contractor must have a Secret security clearance
Points of Contact:
Brittany Haas, brittany.n.haas2.civ@mail.mil
Kari Kinzel, kari.l.kinzel.civ@mail.mil
Attachments/Links
Contact Information
Primary Point of Contact
- Brittany Haas
- brittany.n.haas2.civ@mail.mil
- Phone Number 618-418-6448
Secondary Point of Contact
- Kari L. Kinzel
- kari.l.kinzel.civ@mail.mil
- Phone Number 6184186293