Local Telecommunication Services (LTS) Dyess AFB, TX
ID: FA466125Q0058Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Department of Defense, through the 7th Contracting Squadron, is seeking proposals for Local Telecommunication Services (LTS) at Dyess Air Force Base, Texas. The procurement aims to establish reliable telecommunication services that operate continuously, 24 hours a day, 7 days a week, ensuring compliance with federal and Department of Defense standards. These services are critical for maintaining effective communication capabilities at the base, supporting operational readiness and efficiency. Interested contractors must submit their quotes electronically by April 7, 2025, with a site visit scheduled for March 26, 2025, to facilitate understanding of the requirements. For further inquiries, contractors can contact Cheryl Lynn at cheryl.lynn.1@us.af.mil or Taylor Norris at taylor.norris@us.af.mil.

Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
The document provides answers to technical questions related to a government Request for Proposals (RFP) concerning telecommunications services at Dyess Air Force Base. It clarifies that contractors cannot bid on partial service requirements, as the service is considered a single entity. It addresses infrastructure questions, confirming the need for sufficient rack space and power supply for equipment, with civil engineering requests to be made if current provisions are inadequate. The document details connectivity for various proprietary phone systems and the integration of systems with the Avaya communication core. Additionally, it addresses inquiries about remote site connectivity, describing the systems' locations, functionalities, and how they are linked to media gateways. The summary of acronyms and terms indicates a focus on military telecommunications, added to by clarifications of network systems. Overall, the document aims to provide essential technical specifications and operational guidelines for potential service providers as part of the RFP process.
Apr 4, 2025, 8:07 PM UTC
The document outlines the Federal Acquisition Circular 2025-03 and related guidelines pertaining to federal solicitations and contracts, effective from January 17, 2025. It incorporates various solicitation provisions and clauses essential for federal procurement processes. Key provisions include requirements for offeror certifications, representations, and compliance with federal laws regarding contract integrity and responsibility. Specific clauses address issues such as small business representation, the prohibition of contracting with certain entities, and the requirements for unique item identification under Department of Defense guidelines. Additionally, it presents evaluation criteria for commercial item offers, processes for service protests, and stipulations for electronic submission of payment requests through the Wide Area Workflow system. The document serves as a comprehensive guide for contractors, detailing essential compliance measures, reporting requirements, and the submission procedures necessary for engaging in federal contracting effectively. These measures aim to ensure transparency, accountability, and adherence to both federal acquisition regulations and the ethical standards expected in public procurement.
Apr 4, 2025, 8:07 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, which mandates compliance with specific contract terms and conditions for federal acquisitions related to commercial products and services. It enumerates essential FAR clauses that contractors must adhere to for various legal and regulatory purposes, including prohibitions on confidentiality agreements, contracting with certain foreign entities, and requirements for small business utilization. Additionally, the document details compliance expectations for labor standards, payment structures, and contractor responsibilities regarding records retention and transparency. The structure of the document is organized into several paragraphs outlining contractor obligations under various FAR clauses, categorized into sections addressing specific legal requirements. It highlights key clauses essential for ensuring contractors uphold governmental standards and ethical practices while implementing commercial services. Overall, this document serves as a critical resource for contractors seeking to understand their obligations related to federal contracts, ensuring compliance with statutory and executive order requirements that govern public procurement processes.
Apr 4, 2025, 8:07 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Local Telecommunications Services (LTS) at Dyess Air Force Base, Texas, effective from February 11, 2025. Its primary objective is to establish reliable telecommunication services that operate continuously, 24/7/365, ensuring compliance with federal and Department of Defense standards. The contractor is responsible for labor, tools, and equipment for providing local access services, and must prepare comprehensive outage management procedures covering scheduled and unscheduled outages. Key requirements include performance thresholds for outage responses categorized by severity (catastrophic, emergency, serious, and routine), necessitating timely notifications to government representatives. Additionally, the contractor must implement agreed safety regulations, provide environmental controls, and ensure the telecommunications setup is compatible with existing infrastructure. Appendix 1 details specific service features, such as Direct Inward Dialing numbers, analog subscriber lines, and SIP connectivity for concurrent calls. Notably, it emphasizes the need for E911 compatibility and the capability to update emergency call records. This PWS reflects the government's aim to modernize its telecommunication capabilities for improved operational efficiency and compliance.
Apr 4, 2025, 8:07 PM UTC
This document outlines the instructions for submitting quotes in response to a government Request for Proposal (RFP) for Local Exchange Service at Dyess AFB, TX. The government intends to award a single Firm Fixed Price (FFP) contract. Clear guidance is provided on the formatting and content requirements of the quotes, emphasizing clarity, conciseness, and adherence to the Performance Work Statement (PWS). Offerors must ensure their proposals include all necessary information and meet specified page limits: a 15-page technical volume and a 10-page pricing volume. Quotes must be submitted electronically and remain valid for at least 120 days. Offerors are encouraged to present multiple solutions and identify cost-effective improvements. The evaluation will focus on technical approach, price reasonableness, and realism, with specific attention to compliance with federal exempt tax regulations. Any amendments to the solicitation must be acknowledged, and the submission format must follow outlined specifications to avoid rejection. Overall, the document serves as essential guidance for contractors looking to secure federal contracts, ensuring that proposals are properly structured and compliant with government standards.
Apr 4, 2025, 8:07 PM UTC
The document outlines a telecommunications upgrade project at Dyess Air Force Base (AFB), focusing on transitioning from traditional TDM systems to Voice over Internet Protocol (VoIP). It details various components such as Primary Rate Interfaces (PRIs), billeting systems, and various telephony equipment including Avaya and Siemens systems for functional integration across military installations. Key components in the infrastructure include the G430/G450 gateways for managing diverse analog and IP lines, as well as systems for enhanced emergency communication, such as Next Generation 911 (NG 911). The project also includes plans for SIP trunking capabilities, emphasizing the need for efficiency and modernization in military communication systems. This modernization aims to replace outdated systems with more resilient and cost-effective technologies, aligned with broader federal objectives to enhance infrastructure efficiency.
Feb 28, 2025, 4:06 PM UTC
The Performance Work Statement (PWS) details the requirements for Local Telecommunications Services (LTS) at Dyess Air Force Base, Texas, aimed at providing continuous telecommunications support 24/7/365. It outlines the transition from traditional copper PRI trunk circuits to modern fiber-backed SIP trunks, reflecting the need for upgraded infrastructure in compliance with telecommunications best practices. The document specifies that the contractor must supply all necessary labor, materials, and equipment for seamless integration with current government systems, while adhering to strict federal standards. It emphasizes the importance of managing scheduled and unscheduled outages, defining restoration priorities ranging from catastrophic to routine incidents, and specifying response times for each category. Key services include direct inward dialing, provision of essential telephony equipment, and compatibility with E911 services. The contractor bears full responsibility for staffing, ensuring qualified personnel, and will operate under strict safety regulations. Appendix 1 outlines specific service needs and configurations required for effective operation. This PWS serves as a comprehensive framework ensuring that Dyess AFB’s telecommunication systems operate efficiently and reliably.
Apr 4, 2025, 8:07 PM UTC
The document pertains to the request for proposals (RFP) for Local Telecommunication Services (LTS) at Dyess Air Force Base, Texas. It includes answers to vendor inquiries regarding project specifications and expectations. Key topics involve the migration away from Primary Rate Interface (PRI) lines and the upgrade of Commercial Subscriber Lines (CSL). Vendors are encouraged to propose replacement products; however, long-distance calling plans are explicitly excluded from the scope. Maintenance downtimes for telephone services are typically scheduled after business hours, contingent on flying schedules. Additionally, the document references a contractor-provided voice gateway located at a specified facility, with guidelines on fiber paths to government demarcation points. Overall, it outlines the procedural framework for contractors to follow while ensuring that the essential requirements of upgrading the telecommunication systems are met. The clarity of these responses aims to facilitate a smooth bidding process for prospective vendors.
Feb 28, 2025, 4:06 PM UTC
The 7th Contracting Squadron at Dyess Air Force Base issued a Request for Information (RFI) on 27 February 2025, seeking responses from prospective offerors regarding Local Telecommunication Services (LTS) essential for the base. This RFI complies with FAR regulations and invites interested parties to submit their capability statements by 5 March 2025. Key details include site-specific equipment connectivity requirements and operational needs for 24/7 service. Offerors are asked to disclose their business size and socio-economic status, such as small business or HUBZone. The feedback received will inform the acquisition strategy, emphasizing that all submitted information will remain confidential. For inquiries, contact Cheryl Lynn at the provided email or phone number. The document outlines essential communication and procedural expectations to guide potential suppliers in showcasing their capabilities for government services.
Apr 4, 2025, 8:07 PM UTC
This document is a Request for Quote (RFQ) issued by the 7 CONS/PKB for local telecommunication services at Dyess Air Force Base, Texas. The RFQ number FA466125Q0058 was published on March 19, 2025, with a contract period running from April 15, 2025, to April 14, 2030, including several option years. Interested contractors are invited to submit quotes via email, with a deadline set for April 7, 2025. The RFQ specifies that bidders must demonstrate technical capability to port existing phone numbers and provide necessary TDM emulation. A site visit is scheduled for March 26, 2025, for interested parties. Bids will be evaluated on a best value basis, focusing on both technical merit and price. Critical components of the RFQ include the submission of detailed pricing for local telecommunications across multiple years and an IP SIP trunk install. The Government reserves the right to cancel the solicitation without obligation for reimbursement. Overall, this RFQ aims to secure crucial telecommunication services while following federal acquisition procedures.
Apr 4, 2025, 8:07 PM UTC
The Department of the Air Force's 7th Contracting Squadron held a site visit on March 26, 2025, at Dyess Air Force Base to facilitate bidders' assessment of the site for the Local Telecommunication Services (LTS) contract. Key personnel from both the contracting team and potential contractors, including representatives from Optimum and VDS, attended the meeting. The visit included a tour of the communication facilities in BLDG 7318 and BLDG 7320, where technical inquiries were addressed. Mr. Garcia from BLDG 7318 provided insights regarding the PRI’s, SIP trunks, DSN lines, and Avaya equipment, indicating the emphasis on technical collaboration and clarification prior to the contract bidding process. The primary objective of this memorandum is to document the proceedings of the site visit, underlining the preparation for the competitive bidding of the LTS contract, a critical component in ensuring the base's telecommunication needs are met. The insights gathered during this visit will assist in the development of services that are vital to operational effectiveness at Dyess AFB.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Local Telecommunications Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local Telecommunications Services to support the 94th Communications Squadron at Dobbins Air Reserve Base in Georgia. The contractor will be responsible for providing all necessary labor, tools, materials, and services to ensure local and long-distance access to designated circuit demarcation points, while ensuring compatibility with existing government infrastructure and adhering to relevant federal regulations. This procurement is crucial for modernizing the telecommunications infrastructure, transitioning from legacy systems to Internet Protocol (IP) services, and enhancing operational efficiency within military operations. Proposals must be submitted by 2:00 PM EDT on April 24, 2025, and interested parties can contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further information.
PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 100MB LEASE BETWEEN BLDG 500; RM 37; FL B; 246 BROWN PARKWAY, VANCE AFB, OK 73705 AND BLDG 115; RM MAINTENANCE; FL 1; 22970 STATE HIGHWAY 38; JET, OK, 73749.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a dedicated 100MB leased telecommunications circuit between two locations in Oklahoma. This procurement aims to enhance telecommunications capabilities while ensuring compliance with federal regulations and security protocols, including specific equipment requirements and performance testing. Contractors must possess a DITCO Basic Agreement and adhere to strict formatting and compliance guidelines, with quotes due by April 21, 2025, and services expected to be operational by July 21, 2025. For further inquiries, interested parties may contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET POINT TO POINT AT (BLDG) 1040; (RM) W107; (FL) 1; 5201 FLIGHT LINE DR; OKLAHOMA CITY, OK, 73179 AND (BLDG) 3900; (RM) 147; (FL) 1; BLDG 3900, 8705 INDUSTRIAL BLVD, TINKER AFB, OK 73145-33552.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet point-to-point service at two military locations in Oklahoma City and Tinker Air Force Base. Contractors must meet specific technical requirements, provide detailed price quotations, and ensure compliance with federal telecommunications standards, including the prohibition of certain foreign equipment. This procurement is critical for enhancing communication infrastructure within military operations, and interested bidders must submit their quotes by April 10, 2025, via the Integrated Defense Enterprise Acquisition System (IDEAS) or an alternative email for those without access. For further inquiries, interested parties may contact Shannon Scheffel or Dale Rupright via their provided email addresses.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND AND (BLDG) 1668, (ROOM) 1021, 1668 PORTER STREET, FT DETRICK, MD(FTDETRCK/CCI).
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a channelized OC-12 telecommunications service between Carlisle Barracks, PA, and Fort Detrick, MD. This procurement aims to establish a reliable telecommunications infrastructure that operates 24/7 with a minimum reliability threshold of 99.5%, ensuring effective communication between military locations. Interested vendors must adhere to stringent technical requirements, including conducting site surveys and providing detailed installation plans, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by April 23, 2025, with the service expected to be operational by August 21, 2024; for further inquiries, vendors can contact Jennifer Voss or Angelina Hutson via email.
HV Roundabout
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the HV Roundabout project at Dyess Air Force Base in Texas. The contractor will be responsible for providing all necessary labor, equipment, and materials to establish new electrical circuits to switchgear at the roundabout, ensuring compliance with OSHA standards and minimizing disruptions to normal operations. This project is crucial for maintaining the electrical infrastructure at the base and is set aside exclusively for small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their bids by April 11, 2025, at 2:00 PM CST, and are required to attend a site visit on April 4, 2025; for further inquiries, they can contact Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN(BLDG) 803, (ROOM) TELEPHONE ROOM, 3404 GEORGIA STREET, MOODY AFB, GA(MOODYAFB-CCI) AND (BLDG) 919, (ROOM) TELCO, (FLOOR) 1, 919 LANGLEY STREET, JACKSONVILLE NAS, FL(JKSVLNAS-CCI)
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OC-12 (622.08MB) channel between Moody Air Force Base in Georgia and Jacksonville Naval Air Station in Florida. The contract requires vendors to ensure operational availability of at least 99.5%, adhere to specific performance characteristics, and conduct rigorous testing protocols, including a comprehensive 72-hour end-to-end test to confirm circuit integrity and error performance metrics. This telecommunications service is critical for supporting government operations, emphasizing the need for reliable and secure communication infrastructure. Interested contractors must submit their detailed price quotations by May 5, 2025, with service delivery expected by May 30, 2025; for further inquiries, contact Donna Voss at DONNA.M.VOSS7.CIV@MAIL.MIL or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN A. BLDG 942, ROOM 115, 101 EAST KIRKPATRICK AVE, MAXWELL AFB, AL. AND B. BLDG 857, ROOM 122, 401 EAST MOORE AVE, MAXWELL AFB GUNTER ANNEX, AL.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 2.5GB wavelength service between two locations at Maxwell Air Force Base in Alabama. The procurement requires compliance with specific technical specifications, thorough testing and acceptance procedures, and a strict timeline for service readiness by August 19, 2025. This telecommunications service is critical for ensuring reliable high-capacity communication links essential for military operations. Interested contractors must submit their quotes by April 21, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email for further clarification on the solicitation requirements.
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.
PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FL; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, RM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) telecommunications service between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, including operational uptime of 99.5% or better, a one-hour response time for repairs, and adherence to testing standards, ensuring reliable service delivery. This procurement is crucial for maintaining secure and effective telecommunications capabilities for government operations, with quotes due by April 17, 2025, and service commencement expected on July 16, 2025. Interested vendors can direct inquiries to Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
PROVIDE, INSTALL, AND MAINTAIN A 3GB ETHERNET SERVICE BETWEEN: A. (BLDG) MAIN FACILITY; (RM) COMMERCIAL DEMARC; (FL) 1ST; 1821 AVONDALE MILL ROAD, MACON, GA 31216/CCI, AND B. (BLDG) 214, FRAME ROOM, 1ST FL, 150 RICHARD RAY BLVD, ROBINS AFB, GA 31098/CCI
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 3GB Ethernet service connecting two facilities in Georgia. The project requires compliance with specific technical requirements, including extensive testing and acceptance protocols, with a completion deadline set for August 15, 2025. This telecommunications service is crucial for ensuring reliable communication and operational efficiency within the military infrastructure. Interested contractors must submit their proposals, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation criteria, with all inquiries directed to Jennifer Voss or Angelina Hutson via their respective emails. The solicitation details and requirements are outlined in the attached documents.