SPECIAL NOTICE
D -- Notice of Intent to Sole Source
- Notice Date
- 12/12/2025 10:22:43 AM
- Notice Type
- Special Notice
- NAICS
- 516210
—
- Contracting Office
- J8 WHCA RESOURCE MANAGEMENT WASHINGTON DC 20373-5815 USA
- ZIP Code
- 20373-5815
- Response Due
- 12/11/2025 1:00:00 PM
- Archive Date
- 12/15/2025
- Point of Contact
- Matthew Clark
- E-Mail Address
-
matthew.d.clark64.mil@army.mil
(matthew.d.clark64.mil@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTICE OF INTENT TO SOLE SOURCE NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract and is not a request for competitive quotes/proposals. REQUIREMENT - Basic Services The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, except as specified Government furnished property and services, necessary to install and maintain head end and unique systems equipment required to perform CATV services. - Customer Service The contractor shall foster a pride in ownership by providing quality customer support services, to include proactive maintenance and repair management, timely response, identification of facility needs and complete property management skills, conscientious environmental stewardship, quality housing, and responsible fiscal administration. - Maintenance Service The contractor will maintain, measure and quarterly test the service system in accordance with industry standards and or as required by FCC regulation set forth in 47 CFR Part 76. If trouble is determined to be caused by factors not attributed to provider�s equipment or service, the contractor shall notify the Government of the nature of the outage and estimated time of correction. In the case of a service drop-out from the head-end, the contractor will respond by having a technician respond within one hour of being notified that the CATV is out. The contractor will also notify the above address of any changes to the system. For example, addition or movement of channels to the cable line up, improvement of the higher frequency channels, and changes in the frequency range. - Architecture The contractor shall maintain the quality of the CATV signals to the head end and unique systems equipment associated with maintaining the required CATV signals. The contractor will also have to interface with the INFORMATION REMOVED. In addition, the contractor will recommend improvements in the CATV architecture to improve end user experience. Place of Performance: All work will be performed on the INFORMATION REMOVED, to include support to the INFORMATION REMOVED currently located in the INFORMATION REMOVED. The requirements of this contract may be expanded to encompass and support other INFORMATION REMOVED Period of Performance: Base: 1 January 2026- 31 December 2026. Option Year 1: 1 January 2027- 31 December 2027. Option Year 2: 1 January 2028- 31 December 2028. Option Year 3: 1 January 2029- 31 December 2029. Option Year 4: 1 January 2030- 31 December 2030.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/31e017d952aa4a9eb2e8ed2df9449812/view)
- Place of Performance
- Address: Naval Anacost Annex, DC 20373, USA
- Zip Code: 20373
- Country: USA
- Zip Code: 20373
- Record
- SN07664665-F 20251214/251212230033 (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 |