Commercial Internet Service Provider (CISP)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (DEPT OF DEFENSE) is soliciting proposals for a Commercial Internet Service Provider (CISP) to deliver high-speed fiber internet service to Westover Air Reserve Base (ARB), MA. This is a Combined Synopsis/Solicitation for a Firm Fixed Price contract. The acquisition is Unrestricted. Proposals are due March 25, 2026, at 4:00 PM EST.
Scope of Work
The contractor shall provide all personnel, equipment, materials, and services necessary to deliver commercial high-speed fiber internet to Westover ARB. This includes connecting to an existing Charter Communications fiber feed in Building 1800 or providing a new fiber feed to that location utilizing the Westover Manhole Duct System. The government will provide the fiber connection from Building 1800 to Building 1510, where the contractor will install a Router/Gateway device and Firewall. The service requires symmetrical internet connectivity with a minimum speed of 1 Gbps (download/upload), scalable to 2, 3, and 4 Gbps, for approximately 900 devices. Key performance standards include a minimum 90.0% annual uptime guarantee and specific latency requirements.
Contract & Timeline
- Contract Type: Single award, Firm Fixed Price.
- Period of Performance: Base year (April 1, 2026 - March 31, 2027) plus four one-year option periods, extending through March 30, 2031.
- Set-Aside: Unrestricted.
- Response Date: March 25, 2026, 4:00 PM EST.
- Published Date: March 11, 2026.
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) approach. Key evaluation criteria include:
- Conformance to SOW: Offerors must demonstrate 100% ability to conform to the Statement of Work requirements.
- Price: Lowest acceptable price among technically acceptable offers.
- CMMC Level 1: Proof of achieving at least Cybersecurity Maturity Model Certification (CMMC) Level 1 is mandatory; non-compliance is a disqualifier.
Additional Notes
An RFI clarification indicates that extending the current contract past April 1st is unlikely, potentially leading to a service lapse until a new circuit is installed. Technicians will be escorted on base, and any installed cables become base property. Offerors must complete and submit the "Price proposal sheet" and have an active registration in the System for Award Management (SAM) at https://www.sam.gov/SAM/ prior to proposal submission. The solicitation incorporates FAR clauses 52.212-1, 52.212-3, and 52.212-4 by reference.