Sole Source Notification: Buckley Fitness Center Wi-Fi
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 has issued a Sole Source Notification for Wi-Fi service at the Buckley SFB Fitness Center in Aurora, CO. Contract FA254326P0001 was awarded to the incumbent, CenturyLink/Lumen Technologies, on April 29, 2026. This is a justification for a sole-source award, not a solicitation for proposals.
Scope of Work
The awarded contract provides a high-density managed Wi-Fi solution, including:
- Internet Service: 1 Gbps symmetrical fiber optic circuit.
- Infrastructure & Hardware: Enterprise-grade Firewall/Controller, 24-Port Managed PoE Switch, and high-density Wi-Fi 6 or 6E Access Points.
- Installation: Professional on-site survey, network design, and structured cabling.
- Warranty: Commercial warranty for equipment repair/replacement.
Contract Details
- Type: Sole Source Award (Justification)
- Awardee: CenturyLink/Lumen Technologies
- Contract Number: FA254326P0001
- Award Date: April 29, 2026
- Estimated Value: $107,580.00 over five years
- Set-Aside: Not applicable (sole-source justification)
- Product/Service Code: DG10 (Network Services Delivered As A Service)
Justification & Evaluation
This document serves as a justification for the sole-source award. Market research, including a Sources Sought notice, was conducted. The justification concludes that a sole-source award to the incumbent is the most advantageous path due to significant cost savings (anticipated minimum of $47,120 over five years), avoidance of upfront equipment costs, and uninterrupted service. This is not a solicitation for proposals.
Additional Notes
Future requirements for similar services are anticipated to be competed. The government anticipates zero installation delay by continuing with the incumbent.