D--NIFC TELECOMMUNICATIONS SERVICES
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 U.S. Wildland Fire Service (USWFS), operating out of the National Interagency Fire Center (NIFC), intends to award a sole source purchase order for telecommunications services. This requirement is for reliable Internet and voice communication capabilities essential for NIFC's mission-critical fire operations. The services must be seamlessly compatible with the existing campus-wide infrastructure. Vendors who believe they can fully provide these services are encouraged to submit their capabilities by April 14, 2026.
Scope of Work
This opportunity seeks to furnish all necessary circuits, bandwidth, connectivity, and related services to ensure robust Internet and voice communication. The primary objective is to support USWFS operations directed from the NIFC campus, requiring integration with the current telecommunications infrastructure.
Contract & Timeline
- Type: Special Notice (Sole Source Intent)
- Anticipated Award: On or before April 15, 2026
- Services Start: Immediately upon award
- Response Due: April 14, 2026
- Published: March 30, 2026
- NAICS: 517111 (Telecommunications Resellers), Small Business Size Standard: 1500 Employees
- Set-Aside: None specified (Sole Source Intent)
Evaluation
This notice serves as market research to identify if any other responsible sources can fully satisfy the Agency's requirements, as the initial assessment indicates only one source. Responses will be evaluated for capability to provide the requested services. The Government retains discretion on whether to proceed with a competitive procurement based on responses.
Additional Notes
Interested vendors should submit a capability statement with convincing evidence of their ability to furnish the requested services, and optionally, a brief price breakout for comparison with the Independent Government Estimate (IGE). Submissions must include the vendor's Unique Entity Identifier (UEI) Number, Tax Identification Number (TIN), and identify their business size (small or other than small). Vendors must be registered and active in SAM.gov.
Contact: Miranda Schindel, Contract Specialist, at mjschindel@blm.gov.