Skip to main content

An official website of the United States government

You have 2 new alerts

CIO Internet BPA

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: Sources Sought (Original)
  • Original Published Date: Jul 23, 2024 09:02 am EDT
  • Original Response Date: Jul 26, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DG10 - IT AND TELECOM - NETWORK AS A SERVICE
  • NAICS Code:
    • 517112 - Wireless Telecommunications Carriers (except Satellite)
  • Place of Performance:
    Carlisle , PA 17013
    USA

Description

SOURCES SOUGHT SYNOPSIS

This is a Sources Sought Notice ONLY.  The U.S. Government currently intends to award a contract for the <Vendor> on a SOLE SOURCE basis. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this source sought synopsis.  In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source Blank Purchase Agreement to the <Vendor>.  The statutory authority for the sole source procurement is United States Code 3204(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements).  A Blanket Purchase Agreement (BPA) will be established between the US Army War College and the <Vendor> to provide monthly wireless internet services for Root Hall.  Attached is the Preamble to the <Vendor> for Fiscal Years 2024-2029.

This notice does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.  Submittals will not be returned to the responder.  A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.  However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.  It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.  The NAICS code is:  517112, Wireless Telecommunications Carriers (except Satellite); Size Standard:  1,500; PSC code:  DG10, IT and Telecom - Network as a Service.

In response to this sources sought notice, please provide:

1.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.  Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2.  Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.  The period of performance is from 1 August 2024 through 31 July 2029, and the current bandwidth is five GB.  This contract modifies the <Vendor> standard Business Services Customer Agreement for high-speed Internet services so that the Agreement will comply with Federal law, Federal Acquisition Regulations, and Federal policies. The provisions amending the <Vendor> Business Services Customer Agreement are as follows:  Federal law, Federal Acquisition Regulations (FAR), and Federal policy govern all Federal contracts. Therefore, to the extent that there is any inconsistency between Federal law, the FAR, and Federal policy and the terms and conditions in the <Vendor> Agreement, Federal law, the FAR, and Federal policy will take precedence and control the relationship between the Parties.  Notably, any disputes between the <Vendor> and Carlisle Barracks will be governed by the Contract Disputes Act, 41 U.S.C. § 601 et seq.

5.  Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6.  Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7.  Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Contact Information

Contracting Office Address

  • DIRECTORATE OF CONTRACTING 314 LOVELL AV SUITE 1
  • CARLISLE BARRACKS , PA 17013-5072
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jul 29, 2024 11:55 pm EDTSources Sought (Original)