Telecommunication Services for Laughlin AFB
ID: FA309925Q1000Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3099 47 CONF CCLAUGHLIN AFB, TX, 78843-5101, USA

NAICS

Telecommunications (517)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 10:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking industry input for local telecommunication services at Laughlin Air Force Base (AFB) in Texas. The primary objective is to provide continuous telecommunication support, operational 24/7/365, which includes all labor, materials, and services necessary for local access at designated circuit demarcation points, while ensuring compatibility with the Government's existing infrastructure. This opportunity is crucial for maintaining effective communication capabilities at the base, with a performance requirement of 99.9% availability and specific service metrics outlined in the Performance Work Statement (PWS). Interested parties are encouraged to contact Koreanna Collins at koreanna.collins@us.af.mil or Alejandro Alvarado at alejandro.alvarado.3@us.af.mil for further information, noting that this is a Sources Sought notice and not a solicitation for contract awards.

Files
Title
Posted
Jan 10, 2025, 9:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Local Telecommunication Services (LTS) at Laughlin Air Force Base (AFB), Texas, effective January 10, 2025. The primary objective is to provide continuous telecommunication support, operational 24/7/365, while adhering to updated performance-based standards. The scope includes providing labor, materials, and services needed for local access at designated circuit points, excluding residential services for non-Government entities. The contractor must manage scheduled and unscheduled outages effectively, with specific notification requirements and prioritization based on service disruption severity. Service requirements aim for 99.9% availability and include detailed specifications for direct-inward-dialing, voice-grade services, and configuration for emergency telecommunications. Government-provided facilities, including designated rack and environmental controls, are standardized for accommodating the contractor's equipment without additional costs. Safety and health regulations must be followed, along with stringent manpower reporting and involvement in cutover planning to ensure seamless transitions from previous service providers. This PWS reflects the government's transition to a technology-driven telecommunications framework, emphasizing performance metrics and proactive contractor collaboration.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Local Telecommunications Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local Telecommunications Services to support the 94th Communications Squadron at Dobbins Air Reserve Base in Georgia. The contractor will be responsible for providing all necessary labor, tools, materials, and services to ensure local and long-distance access to designated circuit demarcation points, while ensuring compatibility with existing government infrastructure and adhering to relevant federal regulations. This procurement is crucial for modernizing the telecommunications infrastructure, transitioning from legacy systems to Internet Protocol (IP) services, and enhancing operational efficiency within military operations. Proposals must be submitted by 2:00 PM EDT on April 24, 2025, and interested parties can contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further information.
Local Telecommunications Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local Telecommunications Services at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all necessary labor, tools, materials, and services to ensure reliable local and long-distance telephone communications, including the installation of SIP trunking services and compliance with various federal standards. This procurement is critical for maintaining secure and uninterrupted voice communications essential for mission-critical operations. Interested small businesses must submit their proposals by January 20, 2025, and can direct inquiries to Maria Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Adam P. Nicholas at adam.nicholas@us.af.mil.
80 FTW Duty Desk Radio Desksets
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Gai-Tronics IPE-2500A-MLS Desksets and Gai-Tronics ITA-2000A Tone Remotes, essential for ground-to-air radio communications at Sheppard Air Force Base in Texas. This procurement is a total small business set-aside, emphasizing the need for reliable communication equipment that has been validated by the Air Force Flight Standards Agency and previously deployed successfully across various units. Interested vendors must submit their quotes via email by 3:00 PM CST on April 7, 2025, and direct any questions in writing to the primary or alternate contacts listed, with a deadline for inquiries set for April 1, 2025. For further details, interested parties can reach out to Alyssa Cunha at alyssa.cunha@us.af.mil or Marylee Caraballo at marylee.caraballo@us.af.mil.
PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN: A. (BLDG) 20449, 100; 1 FL, 2051 WYOMING BLVD SOUTHEAST, KIRTLAND AFB, NM 87117-5660/CCI AND, B. BLDG 1052, ROOM 1, 1052 HUNTERS ROAD, INDIAN SPRINGS, CREECH AFB, NV 89018/CC3
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 10GB wavelength service connecting Kirtland Air Force Base (AFB) in New Mexico to Creech AFB in Nevada. Contractors are required to comply with specific technical requirements, including a minimum operational availability of 99.5%, and must submit detailed installation plans as part of their proposals. This telecommunications service is critical for ensuring reliable communication between military installations, emphasizing the importance of adherence to Federal Acquisition Regulations and performance criteria. Proposals are due by April 30, 2025, with a service delivery deadline set for August 29, 2025. Interested contractors can reach out to Jennifer Voss or Angelina Hutson via email for further inquiries.
Fairchild AFB, WA - Base LAN Expansion (Sources Sought)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking small business vendors to upgrade the existing 2G Wireless LAN equipment at Fairchild Air Force Base in Washington. The contractor will be responsible for providing necessary technology, including Wireless Access Points and Mobility Controllers, as well as professional support services for surveying, designing, and installing the upgraded wireless infrastructure. This procurement is crucial for enhancing the base's communication capabilities and ensuring efficient operations. Interested vendors must respond to this sources sought notice with their capabilities, business information, and socioeconomic classification by contacting Patrick Rangel at patrick.rangel@us.af.mil or Nathan Bond at nathaniel.bond@us.af.mil, with responses limited to five pages.
FUSIONS II SUPPORT - 616 Operations Center - JBSA-Lackland - Request For Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for the FUSIONS II Support contract at the 616 Operations Center located at Joint Base San Antonio-Lackland, Texas. The procurement aims to identify potential vendors capable of providing critical services in Information Warfare Support, Datalink Support, Joint Interface Control Officer Support, and IT Software/Programming Support, with an estimated program ceiling of $500 million over five years. This initiative is vital for enhancing the U.S. Air Force's intelligence, surveillance, and reconnaissance (ISR) capabilities, ensuring effective command and control across various operational environments. Interested parties are encouraged to submit their capabilities and insights to Conner Nichols at conner.nichols@us.af.mil or by phone at 210-977-6304, with responses due as outlined in the attached RFI document.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 2401, (ROOM) COMM, CAMP FEDERAL LANE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI) AND (BLDG) 1-1434, (ROOM) 6, 3338 SCOTT ST, FT LIBERTY, NC
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a channelized OC-12 telecommunications connection between Seymour Johnson Air Force Base and Fort Liberty, North Carolina. The contract, which spans a duration of 60 months, requires compliance with stringent technical specifications, including a minimum service availability of 99.5% and successful completion of a 72-hour end-to-end test prior to service commencement on August 3, 2025. This procurement is critical for enhancing military communication infrastructure, ensuring reliable connectivity between key facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details on the submission process and requirements.
Local Exchange Services for Fort Johnson, LA.
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide local exchange services for Fort Johnson, Louisiana. The procurement involves delivering comprehensive telecommunications services, including installation, maintenance, and support for official government communication systems, while adhering to industry standards and federal regulations. These services are critical for ensuring reliable communication within government operations, with specific requirements outlined in the Statement of Work, including service restoration protocols and safety compliance measures. Interested parties can contact Scot Stedman at scot.c.stedman.civ@army.mil or by phone at 571-588-1762 for further details regarding the solicitation process.
Sources Sought Announcement - Construction of Power Independence Mission Control Station, Buckley Space Force Base, Colorado - Telecommunications System
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought announcement to identify potential sources for the construction of a Telecommunications System as part of the Power Independence Mission Control Station (MCS) at Buckley Space Force Base in Colorado. The project aims to install a telecommunications system that meets specific operational requirements, utilizing standardized equipment from Cisco Systems and American Power Conversion Corp (APC), with an estimated construction cost ranging from $25 million to $100 million. This initiative is critical for supporting various facilities under the Space Force Program, ensuring robust communication capabilities essential for mission operations. Interested vendors must submit their capabilities statements to Contract Specialist Brandon Landis at brandon.p.landis@usace.army.mil by 2:00 p.m. CDT on April 9, 2025, to be considered for this opportunity.
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.