Local Telecommunications Services
ID: FA670325Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6703 94TH CONTRACTING FLIGHT PKDOBBINS AFB, GA, 30069-4900, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local and Long-Distance Telecommunications Services at Dobbins Air Reserve Base in Georgia. The procurement aims to provide all necessary labor, tools, materials, and services to ensure compatibility with existing government infrastructure while transitioning from legacy systems to modern Internet Protocol (IP) services. This contract is crucial for maintaining effective communication systems essential for military operations, with a firm fixed price contract lasting one base year and four optional years, starting on April 29, 2025. Interested small businesses must submit their proposals electronically by April 24, 2025, and can contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further information.

Point(s) of Contact
Manson Smith
(678) 655-4958
(678) 655-5612
manson.smith.1@us.af.mil
Patrina Sheffield
(678) 655-5778
(678) 655-5612
patrina.sheffield@us.af.mil
Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
The Solicitation No. FA670325Q0001 aims to contract local and long-distance telephone services for the 94th Communications Squadron at Dobbins Air Reserve Base, Georgia, transitioning from legacy TDM systems to Internet Protocol (IP) services. The objective is to integrate 10,000 existing or contiguous telephone numbers, enabling 150 concurrent calls while eliminating legacy circuits to modernize telecommunication infrastructure in line with Department of Defense goals for enhanced efficiency and security. Contractor responsibilities include providing all necessary equipment, ensuring compatibility with existing infrastructures, and following FCC and DoD regulations. A detailed installation and cut-over plan must be developed to minimize service disruption, and timely restoration of service outages is mandated, with strict response times for emergency situations. The document outlines performance metrics for the contractor, emphasizing the importance of 24/7 service availability, timely reporting of outages, and adherence to quality assurance processes. The contract evokes various quality control measures, safety protocols, and requirements for environmental compliance, encapsulating the necessary framework for successful execution of the telecommunications upgrade at Dobbins ARB, thus underscoring the importance of communication infrastructure within military operations.
Apr 9, 2025, 8:08 PM UTC
The government document outlines a Request for Proposal (RFP) for communication services maintenance and upgrade at Dobbins Air Reserve Base, Georgia. The contractor's responsibilities include providing labor, materials, tools, equipment, supervision, and management for both maintaining existing legacy local and long-distance communication services and designing or upgrading these systems. The project spans multiple performance periods, from April 2025 to October 2030, detailing specific timeframes for maintenance and upgrade tasks across various contract lines. There are distinct performance periods indicated for each service requirement, emphasizing the long-term commitment to ensuring operational communication systems at the base. The price schedule lists unit quantities and a total cost section for contractor bids. This contract seeks to secure the necessary capabilities for effective communication services crucial to the military operations at Dobbins ARB.
Apr 9, 2025, 8:08 PM UTC
The document appears to be an encoded or corrupted government file, likely related to Requests for Proposals (RFPs) and grants distributed at federal, state, and local levels. Although the specific content is illegible and lacks coherent structure, it seems to involve financial allocations, project specifications, and compliance regulations that govern grant applications and proposals. Key elements that could typically be present in such documents include criteria for funding, timelines for submissions, requirements for proposal formats, and eligibility guidelines for applicants. Additionally, there may be mentions of performance expectations and the evaluation process for proposals submitted to secure government funding. The document's purpose suggests a focus on outlining opportunities for entities to engage in government projects while ensuring adherence to specified standards and guidelines. Given its connections to government funding initiatives, the file's content is crucial in facilitating transparency and accountability in how public funds are awarded and managed. This type of document is essential for maintaining an open channel between government agencies and prospective applicants, highlighting the importance of clear communication in public sector procurement processes.
The document titled "OFFEROR REPRESENTATIONS AND CERTIFICATIONS" outlines necessary representations and certifications that an offeror must complete when responding to government solicitations. This includes verifying that their annual representations in the System for Award Management (SAM) are current, accurate, and applicable to the specific solicitation. The document also includes provisions regarding covered telecommunications equipment and services, emphasizing prohibitions on acquiring such items as established by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must declare if they provide or use covered telecommunications equipment as part of their bids and disclose relevant information if applicable. Additionally, the document covers responsibilities related to federal contracts over $10 million, requiring disclosures about any legal or administrative proceedings involving the offeror. Lastly, it addresses tax implications for foreign procurements, stating that a 2% tax applies unless specific exemptions are claimed. Overall, this document is crucial for ensuring compliance and integrity in the procurement process, central to managing federal and state contracts effectively.
Mar 25, 2025, 10:06 PM UTC
The 94th Contracting Flight is soliciting input through a Past Performance Questionnaire for evaluating contractors competing for the Local & Long Distance Telecommunications project at Dobbins ARB, GA. The contractors must provide a comprehensive range of services including Materiel Management, Ground Transportation, and Fuel Management, among others. The evaluation focuses on the past performance of offerors, particularly in similar efforts, to ensure they can fulfill the requirements of the proposed contract. The questionnaire, which must be completed and submitted via email by April 24, 2025, assesses various performance metrics, including technical performance, program management, transition efficiency, employee retention, and cost control. Respondents are encouraged to provide detailed ratings and feedback to support a thorough appraisal. The responses remain confidential to maintain the integrity of the offerors' evaluations. Overall, the document underscores the importance of past performance in federal procurement processes, which aim to secure effective contract execution by leveraging firsthand insights from previous clients.
Apr 9, 2025, 8:08 PM UTC
The 94th Contracting Flight is seeking to select a contractor for Local and Long Distance Telecommunications services at Dobbins ARB, Georgia. The contractor will be responsible for providing necessary facilities, equipment, and maintenance to ensure compatibility with existing government infrastructure. The evaluation of prospective contractors will focus on their past performance in similar contracts, and organizations with first-hand experience are invited to complete a detailed questionnaire assessing contractor performance across various aspects. The questionnaire covers technical performance, program management, transition, employee retention, and cost performance, with respondents required to rate the contractor's performance on a scale from exceptional to unsatisfactory. Respondents are also encouraged to provide additional comments to summarize their insights. Completed questionnaires must be submitted by April 24, 2025, and will be used to inform the selection process while keeping individual responses confidential.
Apr 9, 2025, 8:08 PM UTC
The Financial Institution Reference Sheet is a critical document for offerors submitting proposals to the 94th Contracting Flight at Dobbins ARB, GA. It requires offerors to provide references from financial institutions where they maintain business accounts, which will help assess their financial stability and responsibility as per FAR 9.104-1. Offerors must complete the sheet or alternatively submit a recent credit report, financial report, or banking statements. The form includes sections for the offeror's company details and their financial institution's information, such as contact information and account details. Financial institutions are required to confirm the offeror's account status, including average balances, current loans, credit ratings, and any instances of late payments. The purpose of this documentation is to ensure that potential contractors can meet financial obligations effectively, which is essential for eligibility in federally funded contracts. Failure to comply with the submission requirements may disqualify an offeror's quote from consideration for awards. The document reflects a standardized process in government procurement aimed at fostering accountability and transparency.
Mar 25, 2025, 10:06 PM UTC
The Department of the Air Force is soliciting proposals for Local and Long-Distance Telecommunications Services under solicitation FA670325Q0001. This procurement is exclusively set aside for small businesses and includes the provision of all labor and materials necessary to provide telecommunication services to designated government locations. The contractor will be responsible for ensuring compatibility with existing government infrastructure and will not serve non-government entities. The proposed contract involves a firm fixed-price arrangement, with a base year and four optional extensions. Proposals must be submitted by 2:00 PM EDT on April 24, 2025, and will be evaluated based on technical acceptability and price. The evaluation criteria include the management approach, technical capabilities, installation plans, and past performance. A structured format for proposal submission is specified, emphasizing the need for clarity and completeness to enhance the chances of selection. All submissions must adhere to relevant federal regulations and standards. This solicitation reflects a commitment to maintaining high communication standards within the government while fostering opportunities for small businesses.
The Department of the Air Force is soliciting proposals for Local & Long Distance Telecommunications Services through solicitation FA670325Q0001, designated as a 100% Total Small Business Set Aside. The procurement covers the provision of all labor, tools, materials, and services to ensure compatibility with existing government infrastructure. The selected contractor will be responsible for delivering these services, adhering to federal regulations, and ensuring operational continuity of legacy systems during the installation phase. The contract will be for a firm fixed price, lasting one base year with four optional years and a possible six-month extension, starting on April 29, 2025. Proposals must be submitted electronically by April 24, 2025, and will be evaluated based on technical acceptability and price competitiveness. Offerors must comply with numerous federal guidelines and include verifications regarding past performance and financial capability. A Mission Essential Services Continuation Plan is also required to safeguard critical operations. Proposal evaluations will culminate in awarding the contract to the lowest priced technically acceptable offeror who meets stipulated requirements. This solicitation follows specific federal acquisition regulations and is designed to enhance telecommunications service delivery for the Air Force Reserve Command.
Apr 9, 2025, 8:08 PM UTC
The document addresses questions and responses related to a Request for Proposal (RFP) for Local and Long-Distance Telecommunications Services (FA670325Q0001) dated April 9, 2025. Key topics discussed include connection requirements to government-owned equipment using systems like Cisco Call Manager, SIP trunking arrangements, and the specifics of government infrastructure like the DEMARC at Building 700. The document clarifies that the system will utilize a mix of 10,000 DIDs, with 3,200 active lines currently in service, and establishes that no E911 services are needed. It confirms that diversity is required for network installations and outlines expectations for past performance evaluations, indicating that contractors may submit between one to five Past Performance Evaluation Surveys. The document also notes that the current contractor for local telecom services is Southwestern Bell Telephone Company (AT&T). Overall, the summary reflects a detailed exchange of technical and procedural clarifications that will guide interested contractors in preparing their bids for the telecommunications services RFP.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Local Telecommunication Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for Local Telecommunication Services at Moody Air Force Base in Georgia. The procurement aims to provide essential telecommunications infrastructure, ensuring high reliability and compliance with federal standards, with a minimum service reliability of 99.999%. This contract will span a base period of twelve months starting May 14, 2025, with four optional one-year extensions, and will be evaluated based on price, technical acceptability, and past performance. Interested contractors must submit their quotations by April 18, 2025, and can direct inquiries to Lt. Vivian Pham at vivian.pham.3@us.af.mil or Mr. Gerard Entwisle at gerard.entwisle.2@us.af.mil.
Install Diversity Fiber Connecting ITB 700 to Hangar 5 & Bldg. 404
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to furnish, install, and test two 12-strand Single Mode Fiber Optic Cables connecting Information Transfer Building (ITB) 700 to Hangar 5 and Building 404 at Dobbins Air Reserve Base in Georgia. This project, which is 100% set aside for small businesses, requires the contractor to provide all necessary equipment, materials, labor, and supervision while adhering to current telecommunications installation standards. The total contract value is estimated to be between $500,000 and $1,000,000, with a firm-fixed-price contract expected to be awarded, and a performance period of 365 calendar days. Interested parties should note that the solicitation will be available on or about April 17, 2025, with proposals due by May 21, 2025, at 2:00 p.m. EST. For further inquiries, contact Warren Derrick Deeds at warren.deeds@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@dobbins.af.mil.
Conduit Placement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the installation and testing of approximately 1,700 feet of conduit at Dobbins Air Reserve Base in Georgia. This project requires adherence to Unified Facilities Criteria and current Telecommunications Industry Association standards, with the contractor responsible for providing all necessary equipment, materials, and labor to complete the work. The contract, which is set aside for small businesses with a size standard of $45 million, is expected to have a firm-fixed-price structure and a performance period of 45 calendar days, with an estimated value between $25,000 and $100,000. Interested contractors should register in the System for Award Management (SAM) and are encouraged to contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further details, with the solicitation anticipated to be available on or about April 28, 2025.
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.
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 2.488GB WAVE LEASE SERVICE BETWEEN 1. BLDG 942, ROOM 115, 101 EAST KIRKPATRICK AVE, MAXWELL AFB, AL.(MXWLLAFB/CCI) 2. BLDG 44, FRAME ROOM, 104 WEST CHOCTAWAHATCHEE, EGLIN AFB, FL (EGLINAFB/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 2.488 GB Wave Lease service connecting Maxwell Air Force Base in Alabama to Eglin Air Force Base in Florida. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity and compliance with stringent technical requirements, including a minimum service availability of 99.5%. Interested vendors must submit their quotes by April 21, 2025, with the service operational by August 19, 2025; proposals will be evaluated based on price and technical acceptability. For further inquiries, interested parties may contact Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
SIP Voice Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for SIP Voice Services to replace existing Local Telecommunication Services (LTS) and Long-Distance (LD) services at Will Rogers Air National Guard Base in Oklahoma. The objective is to transition from low-speed time-division multiplexed circuits to session initiation protocol (SIP) trunking, ensuring seamless service delivery and compliance with Department of Defense standards. This procurement is crucial for maintaining reliable telecommunications within military operations, and the contract will be evaluated using a Lowest Price Technically Acceptable (LPTA) method. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.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.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes 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.