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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 7:00 PM UTC
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
Jan 14, 2025, 9:05 PM UTC
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.
Jan 14, 2025, 9:05 PM UTC
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.
Jan 14, 2025, 9:05 PM UTC
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.
Jan 14, 2025, 9:05 PM UTC
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.
Jan 14, 2025, 4:12 PM UTC
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.
Jan 14, 2025, 9:05 PM UTC
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
Solicitation
Similar Opportunities
PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 100MB LEASE BETWEEN BLDG 500; RM 37; FL B; 246 BROWN PARKWAY, VANCE AFB, OK 73705 AND BLDG 115; RM MAINTENANCE; FL 1; 22970 STATE HIGHWAY 38; JET, OK, 73749.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a dedicated 100MB leased telecommunications circuit between two locations in Oklahoma. This procurement aims to enhance telecommunications capabilities while ensuring compliance with federal regulations and security protocols, including specific equipment requirements and performance testing. Contractors must possess a DITCO Basic Agreement and adhere to strict formatting and compliance guidelines, with quotes due by April 21, 2025, and services expected to be operational by July 21, 2025. For further inquiries, interested parties may contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET POINT TO POINT AT (BLDG) 1040; (RM) W107; (FL) 1; 5201 FLIGHT LINE DR; OKLAHOMA CITY, OK, 73179 AND (BLDG) 3900; (RM) 147; (FL) 1; BLDG 3900, 8705 INDUSTRIAL BLVD, TINKER AFB, OK 73145-33552.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet point-to-point service at two military locations in Oklahoma City and Tinker Air Force Base. Contractors must meet specific technical requirements, provide detailed price quotations, and ensure compliance with federal telecommunications standards, including the prohibition of certain foreign equipment. This procurement is critical for enhancing communication infrastructure within military operations, and interested bidders must submit their quotes by April 10, 2025, via the Integrated Defense Enterprise Acquisition System (IDEAS) or an alternative email for those without access. For further inquiries, interested parties may contact Shannon Scheffel or Dale Rupright via their provided email addresses.
Telephone Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for telephone services at Kingsley Field ANG Base in Klamath Falls, Oregon. The contractor will be responsible for replacing outdated Local Telecommunication Services with modern Session Initiation Protocol (SIP) technologies, ensuring compatibility with existing government infrastructure while adhering to federal regulations. This contract, which includes a base year and four optional years, emphasizes the importance of reliable service delivery and compliance with emergency telecommunications standards. Interested parties should contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or Jason Rice at jason.rice.27@us.af.mil for further details, with performance expected to commence on June 1, 2025.
Local Telecommunications Services
Buyer not available
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.
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.
25th Space Range Squadron Ku and C Band Test Support
Buyer not available
The Department of Defense, through the United States Space Force, is seeking industry feedback for the upcoming Satellite Communications Services Contract for the 25th Space Range Squadron, specifically to provide Ku and C Band bandwidth for range testing and evaluation across the continental United States, Alaska, and Hawaii. The procurement aims to secure commercial satellite communication (COMSATCOM) transponded bandwidth, with a base contract period starting August 15, 2025, and two optional six-month extensions. This initiative is crucial for ensuring effective satellite bandwidth availability to meet military communication needs, with specific requirements for Effective Isotropic Radiated Power (EIRP) and Gain-to-Temperature Ratio (G/T) values outlined in the associated documents. Interested vendors must submit their responses, including detailed documentation and company information, by April 18, 2025, and can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND AND (BLDG) 1668, (ROOM) 1021, 1668 PORTER STREET, FT DETRICK, MD(FTDETRCK/CCI).
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a channelized OC-12 telecommunications service between Carlisle Barracks, PA, and Fort Detrick, MD. This procurement aims to establish a reliable telecommunications infrastructure that operates 24/7 with a minimum reliability threshold of 99.5%, ensuring effective communication between military locations. Interested vendors must adhere to stringent technical requirements, including conducting site surveys and providing detailed installation plans, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by April 23, 2025, with the service expected to be operational by August 21, 2024; for further inquiries, vendors can contact Jennifer Voss or Angelina Hutson via email.
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.
Common Regulator Test Stands (CRTS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of three Common Regulator Test Stands (CRTS) to be delivered to Tinker Air Force Base in Oklahoma. This procurement is a sole source acquisition directed to Mission Systems Davenport, and it includes specific requirements for delivery, training, and compliance with various federal regulations. The solicitation emphasizes the importance of these test stands for aircraft maintenance and repair operations, ensuring that the Air Force can maintain operational readiness. Interested contractors must submit their quotes by April 18, 2025, and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FL; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, RM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) telecommunications service between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, including operational uptime of 99.5% or better, a one-hour response time for repairs, and adherence to testing standards, ensuring reliable service delivery. This procurement is crucial for maintaining secure and effective telecommunications capabilities for government operations, with quotes due by April 17, 2025, and service commencement expected on July 16, 2025. Interested vendors can direct inquiries to Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.