RFQ HC102126QA002 must be worked in conjunction with DITCO Europe solicitation number HC102126QA001. Both requirements must have diverse paths to ensure network survivability. Circuit demands for both solicitations (HC102126QA001 and HC102126QA002) will be awarded to one vendor. Winning vendor will be awarded both leases based on the lowest combined life cycle cost and technical acceptability of both quotes. Failure to provide quotes for both requirements will render the quotes incomplete and unawardable.
This is a restricted access requirement, and attachments will be made available only to entities registered under the appropriate NAICS code(s). Access requests must include the requestor's UEI or CAGE code for verification purposes; any requests submitted without this identifying information will be rejected. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular and DFARS publications current at the time of posting. The provisions that apply to this acquisition are identified in the DITCO Basic Agreements and Section M of the attached document. The associated North American Industrial Classification System (NAICS) code for this procurement is 517111. Small Business set-aside is not applicable for this solicitation. All quoted prices shall be identified by monthly recurring charge (MRC}, non-recurring charges (NRC), and any tier pricing for additional service months as applicable. The requested service date and acceptance criteria are outlined in the attached RFQ. Telecommunication Providers must comply with the following commercial item terms and conditions, which are incorporated herein by reference and as outlined in existing basic agreements: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 (Alternate I), Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the selected clauses in paragraph (b). The lowest price technically acceptable (LPTA) source selection process will be used to evaluate quote(s). Details of the specific evaluation criteria can be found in the corresponding standard provision of the attached RFQ.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This opportunity involves a Request for Quote (RFQ) for a commercial lease of a 10.709 GB Jumbo Frame intra-Europe service, issued by the Defense Information Systems Agency (DISA). Companies with expertise in telecommunications and network services will find this opportunity valuable, particularly those experienced in providing leased line services for defense purposes.
The buyer is seeking to establish a commercial lease to support intra-Europe connectivity, specifically involving Jumbo Frame technology, which is critical for high-volume data transport in military communications.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.