Communication Service Authorization (CSA), Telecommunications Contract HARB
ID: FA664825Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6648 482 LSS LGCHOMESTEAD AFB, FL, 33039-1299, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Communication Service Authorization (CSA) telecommunications contract at Homestead Air Reserve Base (ARB) in Florida. This procurement aims to provide essential local area telecommunication services, including SIP E911, unlimited local calling, and a flexible commercial internet capability of 500 Mbps, supporting 96 concurrent phone paths and a total of 10,163 Direct Inward Dialing (DID) numbers. The contract is critical for maintaining effective communication services at the base and includes a base period from September 1, 2025, to August 31, 2026, with options for four additional years and a six-month extension. Interested vendors must submit their quotes by 2:00 PM EST on August 13, 2025, via email to Felix Espada at felix.espada.2@us.af.mil, and are encouraged to attend a site visit scheduled for August 7, 2025.

    Files
    Title
    Posted
    The document, an addendum to FAR 52.212-1, outlines instructions for offerors submitting quotes for a single commercial Fixed-Price (FFP) contract for Local Telecommunication Services at Homestead ARB, FL. It emphasizes the necessity of clear, concise, and complete quotes that adhere to specified formats and content requirements. Offerors must provide sufficient detail to substantiate claims, assuming the government has no prior knowledge of their experience. Quotes must remain valid for a minimum of 120 days. The instructions detail procedures for addressing discrepancies, accessing electronic reference documents, and acknowledging solicitation amendments. Submissions must be electronic and include specific identification information. The quote is divided into two volumes: Technical (10-page limit) and Pricing (10-page limit), both with strict formatting guidelines for page size, font, and margins. Multiple offers are permitted, with each evaluated separately. The Technical volume requires a sound approach to meeting performance requirements, while the Pricing volume mandates the use of a government-provided schedule, inclusion of applicable discounts, and justification for proposed prices, excluding exempt taxes. Price reasonableness will be evaluated, with the burden of proof resting on the offeror. All dollar amounts must be rounded to the nearest penny.
    This document outlines the evaluation factors for a government contract award, focusing on technical acceptability and the lowest evaluated price. Award will be made to the offeror with an "Acceptable" technical rating and the lowest evaluated price, conforming to all solicitation requirements. Only one contract is intended for award, with the government reserving the right not to award based on quote quality, price, or fund availability. Offers may be rejected for failing to address significant requirements or terms. Evaluation factors include Factor 1: Technical, assessed as "Acceptable" or "Unacceptable" based on the offeror's capabilities statement and approach to telecommunication services, and Factor 2: Price, which will be evaluated for reasonableness using FAR 13.106-3 techniques. A price evaluation preference of 10 percent will be applied to offers from HUBZone small business concerns, excluding those that have waived the preference or otherwise successful small businesses. The Total Evaluated Price (TEP) will be calculated as the sum of the base period, four option years, and a six-month extension, used solely for evaluation purposes.
    This government Performance Work Statement (PWS) outlines requirements for essential telecommunication services at Homestead ARB, FL. The PWS mandates the provision of Commercial Dial Tone (SIP) and Internet Service (CIS), including SIP E911, unlimited local calling, and 300 minutes of long-distance per call path, supporting 96 concurrent phone paths and 10,163 DIDs. Additionally, a 500 Mbps dedicated commercial internet service is required. The contractor is responsible for all labor, materials, and equipment, ensuring compatibility with existing government infrastructure. The PWS details protocols for scheduled and unscheduled outages, emphasizing prompt notification and service restoration. It also specifies government-provided resources like rack space, environmental controls, and power. Contractor personnel must possess relevant qualifications and adhere to safety regulations, including OSHA standards. The document highlights a 30-day cutover period, with a plan required in the proposal and a final version due five days post-award.
    This government solicitation, FA664825Q0014, is a request for proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide telecommunication services, specifically Communication Service Authorization (CSA) and Internet Service Provider (ISP) with Management Router E-500m, for Homestead Air Reserve Base (ARB), Florida. The contract includes monthly recurring charges, non-recurring charges, and a cutover plan, with a base period from September 1, 2025, to August 31, 2026, and multiple option periods extending through January 31, 2031. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to electronic invoicing via Wide Area WorkFlow (WAWF), combating trafficking in persons, prohibition on certain telecommunications equipment, and other standard government contract requirements. An ombudsman is designated for addressing offeror concerns.
    This document serves as an addendum to FAR 52.212-1, providing instructions to offerors for submitting proposals for a single firm-fixed-price contract for Local Telecommunication Services at Homestead ARB, FL. Key instructions include the necessity of complete and compliant submissions to ensure eligibility, with quotes remaining valid for at least 120 days. Offerors are required to clearly present their methodology for fulfilling the performance requirements outlined in the Performance Work Statement (PWS) while prioritizing clarity and detail over embellishments. The proposal must include two volumes: a technical quote and a pricing quote, each limited to 10 pages. Additionally, the document emphasizes the importance of price reasonableness and mandates that all accompanying pricing information be submitted in a designated manner, including a breakdown of applicable taxes and fees. Offerors can submit multiple proposals, but each must adhere to the specified guidelines. This document underscores the need for structured and clear communication in federal contracting processes to facilitate fair evaluation and decision-making by the Government.
    The document outlines the evaluation criteria for contract awards under a federal solicitation, detailing the basis for contract award, evaluation factors, and the methodology for assessing quotes. The government will award the contract based on the lowest evaluated price of quotes that meet technical acceptability standards. Only one contractor will be selected, and awards may not be made depending on quote quality and fund availability. Two main factors are evaluated: technical acceptability and price. For technical evaluation, quotes must demonstrate compliance with the solicitation's requirements. Price evaluations will consider reasonableness and include a special preference for HUBZone small business concerns, which may receive a price adjustment. The Total Evaluated Price (TEP) will encompass the proposed pricing for a base period, multiple option years, and a possible six-month extension, calculated according to specified formats. This evaluation aids the government in determining the most advantageous proposal while adhering to guidelines and ensuring fair practices. The document serves as a formal guideline for potential contractors, specifying requirements for their bidding submissions.
    The Performance Work Statement (PWS) for Commercial Dial Tone (SIP) and Internet Service at Homestead Air Reserve Base (ARB), Florida, outlines the requirements for providing essential telecommunications services. The contractor will deliver SIP voice services featuring 96 concurrent phone paths, unlimited local calling, and a commercial internet capacity of 500 Mbps, supported 24/7. Key tasks include connecting to specific demarcation points, coordinating with government contacts for installation, and addressing both scheduled and unscheduled outages while adhering to FCC and DoD standards. The document specifies the responsibilities of the contractor, including maintaining sufficient qualified personnel, safeguarding government property, and following occupational safety regulations. Scheduled outages must be communicated 30 days in advance, with details on potential downtime. In emergencies, the response timeline for service restoration varies according to the outage's severity. Overall, the PWS emphasizes the need for effective communication solutions at Homestead ARB, ensuring continuity and reliability in telecom services amidst military operations. A cutover plan is expected within 30 days of the contract award to transition to new services without disrupting existing infrastructure.
    This government document outlines a solicitation for a Women-Owned Small Business (WOSB) to provide telecommunication services through a contract for the Homestead Air Reserve Base in Florida. It specifies the requirements for the Communication Service Authorization (CSA), including monthly recurring charges and non-recurring charges, all billed at firm fixed prices for a performance period extending from September 1, 2025, to August 31, 2026, with options for extension. The solicitation provides detailed instructions for submission, including itemization of services and pricing, delivery locations, and invoicing through the Wide Area Workflow (WAWF) system for payment processing. A variety of specific regulatory clauses are included to govern the contract terms, including those prohibiting certain telecommunications services and ensuring adherence to federal guidelines. The document aims to facilitate a competitive bidding process, promote the use of small businesses, and ensure compliance with various FAR and DFARS regulations. Overall, it seeks to enhance telecommunication capabilities at the base while adhering to legal and compliance standards applicable to government contracts.
    The Department of the Air Force, Air Force Reserve Command, Homestead (ARB) has issued Solicitation Number FA664825Q0014, a combined synopsis/solicitation and Request for Quotation (RFQ) for CSA Local Telecommunication Services (LTS) at Homestead ARB, FL. This full and open competition under NAICS code 517111 seeks a Firm Fixed Price (FFP) contract for a one-year base period, four one-year options, and an optional six-month extension. Services required include essential local area telecommunication services, SIP E911, phone services with unlimited local calling and long distance, and flexible commercial internet capability (500m). Support is required 24/7/365. Quotes are due by 2:00 PM EST on August 13, 2025, via email to felix.espada.2@us.af.mil. A site visit is scheduled for August 7, 2025, at 9:00 a.m. EST. Offerors must be registered in SAM and provide specific contractor information, with evaluation based on total proposed price, including a price evaluation preference for HUBZone small business concerns. Questions must be submitted in writing by 3:00 PM EST on August 8, 2025.
    The Department of the Air Force is soliciting proposals for local telecommunication services at Homestead Air Reserve Base (ARB), Florida, under solicitation number FA664825Q0014. This combined synopsis/solicitation invites accommodations for essential telecommunication services and features, including voice over IP services compatible with SIP for 96 concurrent phone paths, local calling, and internet capabilities of 500 Mbps. The contract will be awarded as a Firm Fixed Price (FFP) for a base year with four renewal options and a potential six-month extension. Interested vendors must provide a full quote by 2 PM EST on August 13, 2025, and are encouraged to attend a site visit on August 7, 2025, to familiarize themselves with the project requirements. Proposals will be evaluated primarily on price, with additional provisions for HUBZone small business concerns. Registration in the System for Award Management (SAM) is mandatory for offerors, and all submissions must adhere to the guidelines outlined in the solicitation. The process underscores the government's commitment to open competition while ensuring that offers meet stipulated criteria effectively.
    This document addresses key questions related to a government contract, likely an RFP for telecommunications services. It clarifies that the 500MB CISP is separate from SIP for telephones and that the 500MB circuit is for commercial ISP and other activities, not solely for CCP counts under 100. The incumbent contractor is AT&T, with contract number FA664823C0029. The document also provides average four-month usage statistics for local (13,655 outgoing, 33,079 incoming), long-distance (23,142), and international (450) minutes. Additionally, it specifies that 1,800 endpoints/phones require 911 provisioning, 144 SIP trunk ports/channels are needed, and the total number of DIDs is 10,163. This information is crucial for potential bidders to understand the scope and requirements of the contract.
    Lifecycle
    Similar Opportunities
    Local and Long-Distance Telecommunication Services
    Buyer not available
    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
    Buyer not available
    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.
    Peterson SFB Wifi Services
    Buyer not available
    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.
    Class J&A for Expiring CSA's
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to extend expiring Communication Service Authorizations (CSAs) via a Justification for Other Than Full and Open Competition (J&A). This procurement aims to ensure the continuity of essential long-haul telecommunications services provided by various contractors to military departments and federal agencies, which are critical for both routine operations and national security. The J&A highlights the necessity of maintaining these services uninterrupted while DISA's Defense Information Technology Contracting Organization (DITCO) evaluates options for re-competition or discontinuance, with plans for competitive re-awards where feasible. Interested parties can reach out to Tara D. Whitaker at 618-418-6485 or via email at Tara.D.Whitaker2.civ@mail.mil for further details.
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    Local Exchange Services for Fort McCoy, WI.
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Buyer not available
    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.
    Class J&A for expiring CSAs Amendment 1
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is issuing a Justification and Approval (J&A) for the amendment of expiring Communications Service Agreements (CSAs). This opportunity involves Amendment 1 to Class J&A for Expiring CSAs, specifically identified as J&A23-010 AMD 01, which is crucial for maintaining continuity in satellite communications and telecom access services. The procurement is significant as it ensures the ongoing operational capability of essential IT and telecom services within the defense sector. Interested parties can reach out to Tara D. Whitaker at Tara.D.Whitaker2.civ@mail.mil or by phone at 618-418-6485 for further details regarding this opportunity.
    AMEND - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN COLUMBUS, OH AND AL
    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 leased OTU-2 customer lease between Columbus, OH, and Alabama. This procurement involves telecommunications services classified under the NAICS code 517111, specifically targeting wired telecommunications carriers, and is critical for ensuring reliable communication capabilities. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, with proposals due by December 8, 2025. For further inquiries, potential bidders can contact Angelina Hutson or Benjamin Sparlin via their respective emails.
    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.