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
    Description

    The Department of Defense, through 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 requires the contractor to provide all necessary labor, tools, materials, and services to ensure compatibility with existing government infrastructure while maintaining operational continuity of legacy systems during the transition to an upgraded Internet Protocol (IP) system. This contract, which is a total small business set-aside under NAICS code 517111, is critical for enhancing communication capabilities essential for military operations. Proposals must be submitted electronically by May 5, 2025, with the contract anticipated to last one base year plus four optional years, starting on April 29, 2025. Interested parties 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
    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.
    The document outlines a Request for Proposal (RFP) for Local Telephone Service at Dobbins Air Reserve Base, Georgia. It aims to transition the legacy telecommunications infrastructure to an Internet Protocol (IP) system as part of the Department of Defense's modernization efforts. The contractor will upgrade the existing telephony services, which includes porting or procuring 10,000 telephone numbers and providing both local and long-distance services, ensuring compatibility with current infrastructure. Key requirements include conducting a site survey, developing an installation and cut-over plan, and maintaining service continuity during transitions. The contractor must meet various service response times for outages, including emergency and routine repairs, and maintain documentation regarding service records. The document emphasizes compliance with federal regulations, safety measures, and environmental assessments. Performance will be evaluated based on service availability, responsiveness, and maintenance accuracy. This RFP underscores the government’s commitment to enhancing communication systems and operational readiness while adhering to stringent quality and safety standards.
    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.
    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.
    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.
    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.
    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.
    The document primarily outlines various locations and facilities related to the Lockheed Martin Air Force Plant and Dobbins Air Reserve Base, including access points, walking trails, and specific military and support services available on-site. Notable mentions include the gym, lodging, visitor center, and various streets and gates for navigation within the area. The document is annotated by Williams M R on June 17, 2021.
    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.
    The Department of the Air Force is soliciting proposals for local and long-distance telecommunications services, as outlined in Solicitation Number FA670325Q0001. This procurement is a 100% small business set-aside under NAICS code 517111, targeting wired telecommunications carriers. Proposals must be submitted electronically by May 5, 2025, with a firm fixed-price contract anticipated to span one base year plus four options, starting on April 29, 2025. Contractors are responsible for providing and installing all necessary equipment and ensuring compatibility with existing government infrastructure. All services must adhere to relevant federal and industry standards. Evaluation criteria include technical merit, price, and past performance, employing a lowest-priced technically acceptable approach for contract award. Offerors should submit detailed proposals, addressing management and technical approaches, cutover plans, and mission essential services continuity plans. The selection process emphasizes the importance of compliance with terms, conditions, and the requirements set forth in the solicitation. Contact information for the contracting officers is provided for inquiries.
    The document is a series of questions and answers related to the RFP for local and long-distance telecommunications services for Dobbins Air Reserve Base (Dobbins ARB), identified as FA670325Q0001. It covers technical specifications, service requirements, and operational procedures. Key elements include inquiries about equipment connectivity, the use of SIP trunking, requirements for E911 services, and the number of telephone lines and their functionalities. The government clarifies that while E911 service is not part of this contract, regular 911 service for 10,000 Direct Inward Dialing (DID) numbers is necessary. The document also discusses the need for diversity in service routing to ensure reliability and mentions the responsibilities of both contractors and the government during the transition from legacy systems. Important clarifications include specifics on past performance evaluations, submission formats, pricing structures, and requirements for site access. The incumbent contractor, AT&T, is identified, and details surrounding the porting of phone numbers are addressed. The answers confirm the government’s expectations for contractor responsibilities and the necessary compliance with security measures. Overall, the document serves to clarify bid requirements, ensuring potential contractors understand the parameters for successful proposals in response to the RFP.
    The document consists of a series of Q&A related to the solicitation FA670325Q0001 for local and long-distance telecommunications services required by the government. It addresses various technical and logistical questions from potential contractors regarding system integration, equipment specifications, service requirements, and operational protocols. Key topics include the need for SIP trunking, the existing telecommunications infrastructure, definitions of Public Safety Answering Point (PSAP) needs, and requirements for Diversity of Service Points (POP diversity). Specific inquiries include the types and numbers of phone lines, required emergency services, and system compatibility with CPE routers. The document outlines the expectations for proposal submissions, emphasizing the importance of past performance evaluations and clarifying submission procedures. Additionally, it highlights the government's current telecommunications contractor, the necessity for site access, and safety protocols for contractor personnel. This solicitation process is typical in government RFPs, aiming to ensure providers can meet specified situation requirements effectively while adhering to regulatory necessities.
    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 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.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    CABLE AND INTERNET SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide cable and internet services throughout Fort Benning, Georgia. This procurement aims to ensure reliable IT and telecom network support services, which are critical for maintaining effective communication and operational capabilities at the military installation. Interested vendors can reach out to Krista Spencer at krista.m.spencer.civ@army.mil for further details regarding the contract, which is categorized under the PSC code DG01. Additional information about deadlines and funding amounts will be provided during the procurement process.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN PR AND PR
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 1GB Ethernet commercial lease under the IQO contract. This procurement is specifically aimed at small businesses and involves telecommunications services, with the selected contractor required to provide detailed pricing for monthly recurring and non-recurring charges. The successful bidder will play a crucial role in ensuring reliable telecommunications access, which is vital for operational efficiency within the agency. Interested parties must submit their quotes by the specified deadline, and for further inquiries, they can contact Benjamin Sparlin or Angelina Hutson via their provided email addresses.
    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.
    PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL BUSINESS LINE (CBL) SERVICE AT 64 KB AT MS.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a Commercial Business Line (CBL) service at 64 KB. This procurement aims to fulfill a controlled access requirement for telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The selected contractor will be responsible for delivering monthly recurring and non-recurring charges as outlined in the solicitation, which is available exclusively to entities with a DITCO Basic Agreement. Interested parties must submit their quotes by the specified deadline and can contact Kendal Richter or Kevin Knowles via email for further inquiries.