SPECIAL NOTICE
D -- High Speed Internet, Bldg 1307
- Notice Date
- 6/13/2025 11:28:04 AM
- Notice Type
- Special Notice
- NAICS
- 517111
—
- Contracting Office
- DEPT OF THE ARMY
- ZIP Code
- 00000
- Solicitation Number
- W9124D25QA182
- Response Due
- 6/20/2025 7:00:00 AM
- Archive Date
- 06/21/2025
- Point of Contact
- Meagan Clavel, Deborah R. Davis-Maxwell
- E-Mail Address
-
meagan.s.clavel.civ@army.mil, deborah.r.davis-maxwell.civ@army.mil
(meagan.s.clavel.civ@army.mil, deborah.r.davis-maxwell.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Intent to Sole Source: The U.S. Government intends to award, on a sole source basis, a contract to Charter Communications Operating, LLC for commercial wireless internet service at 2Gbps unlimited data speeds throughout Building 1307 on Fort Knox, Kentucky in support of the United States Army Recruiting Command (USAREC). The statutory authority for the sole source procurement of these services is Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), Substantial duplication of cost to the Government that is not expected to be recovered through competition. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP 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 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 Contracting Officer (KO). 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 anticipated NAICS code is: 517111 Wired Telecommunications Carriers with a size standard of 1,500 employees. The requested period of performance is 30 September 2025 through 29 September 2030. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels. See FAR 52.219-14 - Limitations on Subcontracting for Small Business. In response to this intent to sole source, please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID Number, CAGE code, 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. 2. 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. 3. Information in sufficient detail explaining how you can satisfy the requirement to include 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. General statements will not be accepted. 4. Information to help determine if the requirement (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. 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. Responses to this notice shall be e-mailed to Meagan S. Clavel (Contract Specialist) at meagan.s.clavel.civ@army.mil and Deborah R. Davis-Maxwell (Contracting Officer) at deborah.r.davis-maxwell.civ@army.mil no later than 10:00AM EST, 20 June 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e1b0842fd4045619e106ddd125f045f/view)
- Place of Performance
- Address: Fort Knox, KY 40121, USA
- Zip Code: 40121
- Country: USA
- Zip Code: 40121
- Record
- SN07476893-F 20250615/250613230046 (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 |