Commercial Telecommunications Services (CTS)
ID: FA810125Q0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8101 AFSC PZIOATINKER AFB, OK, 73145-9125, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is soliciting proposals for Commercial Telecommunications Services (CTS) under solicitation number FA810125Q0006. The objective is to provide essential telecommunication services that ensure 24/7 operational support, with a minimum service availability of 99.9%, from February 2025 to January 2028. This procurement is critical for maintaining effective Command and Control (C2) operations, as the selected contractor will need to implement industry best practices and manage various communication functionalities, including local and long-distance calling services. Interested contractors must submit their proposals by January 24, 2025, and can direct inquiries to Caleb Taylor at caleb.taylor.8@us.af.mil or 405-739-4167, or Rebbecca Drydol-Brandon at rebbecca.drydol-brandon@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Sole Source Justification for acquiring Commercial Telecommunications Services (CTS) by the U.S. Air Force, emphasizing the unique qualifications of the designated vendor. Due to their exclusive provision of the current CTS infrastructure at Tinker AFB, transitioning to another vendor would incur significant costs and unacceptable delays, jeopardizing critical Command and Control (C2) operations. A detailed timeline illustrates the transition process, estimating a total duration of 23 weeks, which includes site surveys, equipment procurement and installation, configuration, and cybersecurity approvals. Market research indicated that alternative sources would be significantly more expensive and incapable of meeting project requirements. Consequently, the justification asserts that the selected contractor is essential for maintaining operational continuity in vital telecommunications services, avoiding unnecessary expenses and enhancing national security.
    The document outlines a government Request for Proposal (RFP) for telecommunication services under the 72nd Air Base Wing. It details various Contract Line Items Numbers (CLINs) for different services and products, indicating specifications such as quantity, unit price, terms, and service charges across multiple years. Key items include Flat Rated SIP Trunk Groups, SIP Voice Paths, and various types of Cox Business Minute Packs, as well as service installation charges. The list encompasses essential telecommunication infrastructure elements like Primary Rate Interface (PRI) trunks and multiple Points to Point connections for emergency services (NGA911) across different states. The document serves as a comprehensive outline of required telecommunications capabilities and pricing structure necessary for governmental communication operations. It highlights the structured approach towards procurement in alignment with federal and local grant criteria, ensuring flexible and efficient service options over specified contract terms.
    The Performance Work Statement (PWS) outlines the requirements for Commercial Telecommunications Services (CTS) at Tinker Air Force Base, Oklahoma, starting August 2024. The main objective is to provide essential communications services, ensuring 24/7 operation with a minimum availability of 99.9%. The document emphasizes a shift from legacy systems to performance-based acquisition in line with Air Force guidelines, encouraging contractors to propose improvements to the current processes. The scope includes providing local, long-distance, international calling services, and various other communication functionalities, while adhering to FCC, DoD, and industry standards. Contractors must handle outage management protocols, with specified response times for scheduled and unscheduled outages categorized by severity, ensuring continuity of operations. Appendices detail site-specific requirements and stipulations regarding installation and provisioning of services, including direct connections to specific buildings and the necessary equipment. The PWS also outlines safety protocols, personnel qualifications, cutover planning, and emergency response requirements. Overall, the PWS serves as a comprehensive guide for contractors to deliver reliable telecommunications services critical to the operational success of Tinker AFB, integrating modern technology with stringent quality and performance standards.
    The provided document appears to be a compilation of fragmented and corrupted data likely related to federal RFPs (Requests for Proposals), federal grants, and state/local RFPs. Despite the errors and mixed content, the main theme revolves around the need for associated projects proposed by government entities. These requests typically require detailed submissions to meet qualification criteria, budget constraints, and specific project objectives, including safety, compliance, and operational efficiency. Key aspects emphasized in government RFPs include ensuring adherence to local regulations, the necessity for engineering assessments, and the importance of maintaining safety standards throughout project execution. Additionally, proper handling and mitigation of hazardous materials, like asbestos or lead-based paint, are critical in the context of construction and renovation projects influenced by governmental oversight. The document's scattered structure and corrupted format hinder clarity but suggest a strong focus on the strategic planning and regulatory compliance essential for successfully securing funding and approval for public projects. Overall, the essence of the content underscores the rigorous requirements and accountability standards expected in government-related project proposals.
    The document outlines a government solicitation for Women's Owned Small Business (WOSB) that involves the provision of Commercial Telecommunications Services (CTS) to Tinker Air Force Base. It covers the details of the solicitation process, including requisition and contract numbers, issue dates, deadlines for offers, and contact information for inquiries. The contract encompasses three periods of performance from February 2025 to January 2028, with the primary requirement being firm fixed-price CTS over designated months. It also specifies clauses related to contracting, payment methods, and compliance with various legal standards, including environmental regulations and small business participation preferences. Additionally, the document includes information about the contracting officer's representative and summarizes clauses that dictate contractor responsibilities and rights. This solicitation emphasizes the government's commitment to supporting women-owned businesses while meeting its telecommunications needs, aligning with broader federal policies aimed at promoting diversity and economic empowerment in contracting opportunities.
    The document is a combined synopsis and solicitation for commercial telecommunication services issued by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma (Solicitation number: FA810125Q0006). It requests quotes from interested parties, stating that it is a sole source acquisition with COX Cable under the NAICS code 517111. The contract entails providing commercial telecommunications services for a specified period from February 2025 to January 2028, with firm fixed-price arrangements for each year. Proposals are due by January 24, 2025. Contractors must include specific requirements in their submissions, such as proposals for costs associated with the services, company information, and compliance with various forms and clauses attached to the solicitation. The file includes detailed instructions for submitting quotes, references to related attachments like the Performance Work Statement, and highlights contractual requirements, including clauses from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. The document underscores the government's approach to streamline procurement while ensuring compliance and competitive sourcing within federal contracting protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Local Telecommunications Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Local Telecommunications Services (LTS) to support the 186 Air Refueling Wing at Key Field in Meridian, Mississippi. The procurement aims to transition from outdated telecommunications technology to managed SIP trunks, ensuring continuous connectivity and compliance with Department of Defense standards. This service is critical for maintaining operational readiness and supporting national defense telecommunications, with a contract period spanning from September 1, 2025, to August 31, 2030, including four option years. Interested vendors must submit their quotes by 3:30 P.M. CST on July 23, 2025, to the designated contacts, Jared A. Garner and Hunter McDaniel, via email.
    Base Telephone Service - Niagara Falls ARS Solicitation Amendment 1
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Base Telephone Service at the Niagara Falls Air Reserve Station (NFARS) under solicitation number FA667025Q0004. The requirement encompasses local and long-distance communication services, with a multi-year contract structure that includes one base year and four option years, aimed at upgrading existing telecommunication systems to modern Internet Protocol (IP) standards. This procurement is critical for ensuring reliable communication capabilities for military operations, and interested contractors must submit their proposals by July 23, 2025, at 1:00 PM EDT, including a technical capability statement and examples of past performance. For further inquiries, vendors can contact Danielle Poole at danielle.poole@us.af.mil or Matthew Crum at matthew.crum.9@us.af.mil.
    Mobile Subscriber Core Topology (MSCT) Software Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for Mobile Subscriber Core Topology (MSCT) software support under solicitation FA930225Q0063. This procurement includes a requirement for 24/7 phone and email support for MSCT systems, with a focus on providing essential services to military operations. The total award amount for this contract is $30 million, and it is set aside exclusively for small businesses, particularly Women-Owned Small Businesses (WOSB). Interested parties must submit their offers by July 21, 2025, and can direct inquiries to Contracting Officer Christina Day at christina.day.6@us.af.mil.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    Request for Information (RFI) - Global Communications Backhaul Solution
    Buyer not available
    The Department of Defense, specifically the Space Rapid Capability Office, is seeking information and proposals for a Global Communications Backhaul Solution to connect to Schriever Space Force Base in Colorado. The primary requirements include a symmetrical bandwidth of 2Gbps, low latency for WAN transports utilizing Satellite Communications (SATCOM), and a fully redundant system with automatic failover capabilities. This initiative is crucial for enhancing operational readiness and advanced telecommunication capabilities within defense operations, supporting applications such as data transfer, VoIP, and video conferencing. Interested telecommunications providers must submit their responses electronically by July 1, 2025, to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil and Cari Forrester at cari.forrester.ctr@spaceforce.mil, with detailed cost breakdowns and provider qualifications included in their submissions.
    Repair of T-38 Control Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of T-38 Control Assemblies under Solicitation FA8117-25-R-0016. This procurement aims to establish a Sole Source contract with Pacific Electronics Enterprises Inc. for the repair services, which will include a Firm Fixed Price contract with a basic year and nine 1-year options, ensuring long-term support for the T-38 aircraft's operational capabilities. The anticipated period of performance spans from September 14, 2025, to September 13, 2035, with an estimated award date of July 30, 2025. Interested parties are encouraged to submit capability statements or proposals to the primary contact, Relijah Sherman, at relijah.sherman@us.af.mil, or the secondary contact, David Herrig, at david.herrig.1@us.af.mil, by the submission deadline of May 19, 2025.
    Session Initiation Protocol Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Session Initiation Protocol (SIP) Telephony Services through a combined synopsis/solicitation. The procurement aims to secure reliable telephony services, including local and long-distance calling capabilities, emergency services, and number portability, with a focus on maintaining a service reliability threshold of 99.999%. This contract will span one base year with four optional years, and is set aside exclusively for small businesses, with a total business size limit of $40 million under NAICS code 517810. Interested contractors must submit their proposals by 10:00 A.M. EST on July 22, 2025, and can direct inquiries to James Kliewer at james.kliewer.2@us.af.mil.
    Wireless Communications System for Sheppard AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a Wireless Communication System to be delivered to Sheppard Air Force Base (AFB) in Texas. The procurement involves providing one (1) 5-User Wireless Communication System Model FLCPWS-5, which is essential for enhancing communication capabilities at the base. This opportunity is set aside exclusively for small businesses, with a total small business set-aside under FAR 19.5, and the applicable NAICS code is 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Interested vendors must submit their quotes via email by 4:00 PM CST on July 17, 2025, and any questions regarding the solicitation should be directed to the primary contact, Kevin Bowers, at kevin.bowers.3@us.af.mil or by phone at 940-676-4406, by 2:00 PM CST on July 15, 2025.
    Controller Training Solutions (CTS) II Draft SIR Sections C, L, and M
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Controller Training Solutions (CTS) II program, aimed at enhancing training for air traffic controllers. This procurement involves comprehensive training and support services, including program management, curriculum development, and classroom and simulation training, essential for maintaining high safety and professionalism standards in air traffic control. The selected contractor will play a critical role in training over 14,000 controllers who manage approximately 50,000 daily flights, ensuring compliance with FAA regulations and operational efficiency. Interested parties must submit their questions and feedback regarding the draft solicitation by August 1, 2025, via the provided Excel sheet to the designated FAA contacts, Stephen Mostow and Stephen Shaffer.
    XComm Radios
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of XComm radios to enhance military communication capabilities. The requirement includes four types of tactical radios with specific characteristics, such as RF coverage, encryption standards, and operational features, aimed at ensuring secure and effective communication in various tactical environments. This procurement is critical for maintaining advanced communication systems that meet military-grade standards, reflecting the government's commitment to operational effectiveness. Interested vendors should note that the closing date for proposals has been extended to July 22, 2025, at 10:30 AM CST, and can direct inquiries to primary contact Samantha I. Conger at samantha.conger@us.af.mil or secondary contact Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.