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
    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.
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    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.
    Commercial telephone services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide commercial telephone services in support of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement aims to replace existing Time Division Multiplexing (TDM) services with modern telephony solutions across seven key Naval installations, including locations in Florida, Illinois, Pennsylvania, and Virginia, while supporting approximately 20,560 endpoints with advanced features such as Automatic Call Distribution and integration with Next Generation 911 infrastructure. Interested businesses are invited to submit a Statement of Capabilities by January 6, 2026, detailing their qualifications and proposed solutions, with the anticipated contract type being an Indefinite-Delivery, Indefinite-Quantity contract starting around February 1, 2027. For further inquiries, interested parties may contact James Keegan or Samantha Miller via their provided email addresses.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    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.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    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.