D--INTERNET SERVICE
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. Geological Survey (USGS), under the Department of the Interior, has awarded a contract for Dedicated Internet Service for its South Atlantic Water Science Center (SAWSC) in Norcross, Georgia. This requirement was procured as a Total Small Business Set-Aside. The award date for this opportunity was March 10, 2026.
Scope of Awarded Service
The awarded contract covers the installation and maintenance of unmanaged Dedicated Internet Access (DIA) with a 1 Gbps bi-directional speed. This includes providing five static IP addresses (one for the USGS router), installing necessary lines to the demarcation point, extending connectivity to the USGS IT room, and circuit testing. The Internet Service Provider (ISP) must be an authorized AT&T reseller. Performance standards include a 24/7 support Service Level Agreement (SLA) with a 99% uptime guarantee, security meeting Federal Government standards, and IPv6 capability. Installation was required by March 1, 2026.
Contract & Timeline
- Type: Contract for Services (implied Firm Fixed-Price from solicitation details)
- Duration: One base year with four option periods for continued service, plus a 6-month extension option, totaling five years and six months.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Award Date: March 10, 2026
Solicitation Context
This award resulted from Solicitation Number 140G0126Q0033, issued on February 4, 2026. Offers were due by February 13, 2026, at 1700 MS local time. Evaluation criteria included price and other factors, with technical and past performance being approximately equal to cost or price. Offerors were required to submit proposals including an Offer Form (SF 1449), pricing, FAR clauses, and a technical capability response (3-page limit).
Key Considerations
A Brand Name Justification was prepared, outlining the need for AT&T services due to existing infrastructure integration and to avoid service disruption. While this procurement considered AT&T due to these factors, market research indicated an authorized reseller network for small businesses. The government intends to conduct market research for future requirements and will compete the procurement if other sources become available.