Local Telecommunication Services (LTS) Dyess AFB, TX
ID: FA466125Q0058Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    Local Exchange Services for Fort McCoy, WI.
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Local Exchange Services for Fort Leavenworth, KS.
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting quotes for local exchange services at Fort Leavenworth, Kansas, under solicitation number W91RUS25QA016. The procurement aims to secure comprehensive local exchange access and transport services, including analog and digital transport, for official government use, with specific requirements outlined in the attached Statement of Work. These services are critical for maintaining effective communication within government operations, emphasizing adherence to technical standards and timely service restoration. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Kansas, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    Demo B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL BUSINESS LINE AT 64 KB IN NY
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a commercial business line at 64 KB in New York. This procurement is aimed at acquiring telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers, and is critical for ensuring reliable communication capabilities within the agency. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, and proposals are due by the specified deadline, with evaluations based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via their provided email addresses.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, with all submissions required to include the requestor's UEI or CAGE code for verification.