This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, This announcement constitutes only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.
The RFQ number is N0060425Q4132. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Change 01/17/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 517111 and the Small Business Standard is 1,500 Employees. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals.
This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. The Small Business Office concurs with the set-aside decision.
The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests response from Hawaiian Telcom Services Company, Inc. source providing commercial telecommunication services for the following building properties. The Naval Information Operations Center, Pacific (NIOC Pacific) Commercial Internet Service locations and details are separated out by CLINS below.
Locations Separated by CLINS:
CLIN 0001: Internet Service Only
- 590 Center Ave., Bldg. 590 (JBPHH Wahiawa Annex): Dedicated Internet Access (DIA) 1 Gbps with 5 Static IPs.
- 244 Saipan Drive, Bldg. 244 (JBPHH Wahiawa Annex): Dedicated Internet Access (DIA) 1 Gbps with 5 Static IPs.
- 477 Essex St., Bldg. 77, Rm 184 (JBPHH Ford Island): 500mb with 5 Static IPs.
CLIN 0002: Internet Service Only
- 500 Center St, Bldg. 500 (JBPHH Wahiawa Annex): Dedicated Internet Access (DIA) 1 Gbps with 1 Static IP.
CLIN 0003: Internet Service Only
- 109 Main St, Bldg. 26A (JBPHH Ford Island): Dedicated Internet Access (DIA) 1 Gbps with 5 Static IPs.
CLIN 0004: Installation
- 109 Main St, Bldg. 26A (JBPHH Ford Island)
Period of Performance: 12 Months of Performance, on or about 21 SEP 2025 – 20 SEP 2026
Method of Payment: Wide Area Workflow (WAWF)
Type of Award: Firm Fixed Price (FFP)
Attachment List:
Att1 Combined Synopsis Sol
Att2 SOW
Att3 FAR 52.212-3 & Alt I
Att4 FAR 52.204-24 - Reps Regarding Certain Telecom
Att5 DFARS Provision & Clauses
Evaluation Criteria: The evaluation will be price reasonableness and technical acceptance.
Price: Quote shall include the Total amount as well as the detailed telecommunications services for each CLINs 0001 – 0003 along with a breakdown of prices per service charged per month per CLIN. CLIN 0004 can be quoted as per installation location charge and total.
Due to excel rounding errors, the total CLIN amount needs to be devisable by 12.
Item No Supplies/Services Building / Quantity
0001 Ethernet DIA 1 Gbps Building 590 / (5) Qty Static IP’s
Ethernet DIA 1 Gbps Building 240 / (5) Qty Static IP’s
Ethernet DIA 500Mbps Building 77 / (5) Qty Static IP’s
0002 Ethernet DIA 1 Gbps Building 500 / (1) Qty Static IP
0003 Ethernet DIA 1 Gbps Building 26A/ (5) Qty Static IP’s
0004 Installation Building 26A
Technical:
Technical Factor: To be considered technically acceptable, the Quoter must be able to supply the requested services and be the sole source vendor.
Technical Acceptable/Unacceptable Ratings
Adjectival Rating Description:
Acceptable: Quote clearly meets the technical acceptability requirements of the Solicitation.
Unacceptable: Quote does not meet the technical acceptability requirements of Solicitation.
All offerors shall include a completed copy of Attachment 3, FAR 52.212-3 and Alt I with their offer or provide
a statement. Failure to include this attachment OR provide a statement with your offer, may result in your offer
being deemed unresponsive. If your annual representations and certifications are current in the System for
Award Management (SAM), complete only paragraph (b)(2) (on page 4) by filling out SAM Record is up to date in paragraph b.
Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, The offeror shall
complete the representation at paragraph (d)(1) of this provision if the offeror has represented that it does not
provide covered telecommunications equipment or services as a part of its offered products or services to the
Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1)
in the provision at 52.204-24, Covered Telecommunications Equipment or Services—Representation, or in
paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
The offeror shall complete the representation in paragraph (d)(2) of this provision if the offeror has represented
that it does not use covered telecommunications equipment or services, or any equipment, system, or service that
uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204-24, or in
paragraph (v)(2)(ii) of the provision at 52.212-3.
System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for
award. Registration is free and can be completed on-line at http://www.sam.gov/.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the offeror must be
determined by the Contracting Officer to be a responsible offeror in accordance with FAR 9.1. The Government
may utilize a combination of various Government database repositories used to determine that a contractor is
responsible. Such sources include but are not limited to the following: System for Award Management (SAM),
Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). Furthermore, the Procuring Contracting Officer (PCO) may request additional information from the prospective offeror that was NOT previously identified in the solicitation to satisfy the standards under FAR 9.104.
All offers shall include price(s), a point of contact, name and phone number, business size, CAGE code and
payment terms. Offerors are advised that delays can be experienced with the Governments email system.
Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be
delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent
via multiple emails. Zip Files are not accepted. Offerors will not be accepted by facsimile. Oral offers will not be
accepted. Each response must clearly indicate the capability of the Offeror to meet all specifications and
requirements.
Questions shall be submitted by 11am Hawaii Standard Time (HST) on 10 Sep 2025
Response Date and Time: This solicitation will close at 11am HST on 16 Sep 2025
Offers shall be received by email to Kyle Quintal, Contract Specialist, by email to
kyle.p.quintal.civ@us.navy.mil. Oral communications are NOT acceptable in response to this notice.
All responsible sources may submit a offer by the solicitation close date shall be considered by the agency.
FAR and DFARS provisions and clauses apply.