Session Initiation Protocol (SIP) Circuit Single Source Notice
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL (T016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Session Initiation Protocol (SIP) trunks to replace existing Primary Rate Interface trunks at Altus Air Force Base in Oklahoma. The procurement aims to facilitate commercial local and long-distance calls for the base, with the intent to award the contract to AT&T, the only source capable of providing the necessary fiber optic infrastructure. Interested vendors are required to submit a capability statement by September 27, 2023, at 11:00 AM CST, detailing their technical and cost capabilities, with submissions directed to the primary contacts, Katharine Lewis and Kelsey L. Brightbill, via email. The contract is set to commence on October 1, 2024, and will include a five-year period for the contractor to engineer, furnish, install, and test the required services, ensuring compliance with federal standards and regulations.

    Files
    Title
    Posted
    The document is a Single Source Justification (Simplified Acquisition) dated April 2021, intended to support a specific acquisition process within the federal government framework. Its primary purpose is to justify the selection of a single source—for reasons such as unique capability or expertise—rather than a competitive procurement process. This justification is necessary to comply with federal regulations governing acquisitions, particularly in situations where competition is not feasible or practical. Key elements likely include the rationale for the single source selection, details about the vendor’s qualifications, and assessments linking this choice to project requirements. The document emphasizes the importance of adhering to procurement standards and ensures clear documentation of the decision-making process. As part of broader federal grants and RFPs, such justifications aim to maintain transparency, fiscal responsibility, and compliance with federal guidelines ensuring fair use of taxpayer dollars. This systematic approach also assists in safeguarding public interest amidst procurement activities.
    The Statement of Objectives (SOO) outlines the requirements for a contractor to engineer, furnish, install, and test turnkey services to support communications at Altus AFB, Oklahoma, over a five-year period commencing October 1, 2024. The contractor must ensure all services are performed during normal operating hours and comply with federal COVID-19 regulations. Key objectives include conducting a site survey within 60 days of award, providing new materials, and ensuring compliance with federal directives and standards. Furthermore, the contractor must deliver warranty and sustainment support throughout the task order and provide a detailed acceptance test plan after the site survey. Acceptance of work will be managed by the Contracting Officer’s Representative (COR), who is responsible for inspection and approval of deliverables. The document emphasizes the importance of timely project management, adherence to government standards, and comprehensive communication regarding project progress. Overall, the SOO aims to ensure effective management of SIP services at the base to enhance communication capabilities while conforming to strict military standards and regulatory frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial High-Speed Internet Service Provider (CISP) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Commercial High-Speed Internet Service Provider (CISP) services at Tinker Air Force Base in Oklahoma. The contract requires the delivery of a minimum bandwidth of 2 Gbps, with the potential to increase to 6 Gbps, ensuring 99.9% coverage availability across designated locations on the base. This procurement is critical for maintaining operational efficiency and connectivity at the base, with a contract term of 36 months and an option for an additional year. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should contact Donald Wallar at donald.wallar@us.af.mil for further information.
    Telecommunication Services at Offutt AFB, Nebraska
    Active
    Dept Of Defense
    The Department of Defense, through the 55 Cyberspace Squadron at Offutt Air Force Base in Nebraska, is conducting a sources sought notice to identify potential vendors for Local Telecommunication Services (LTS) and Long-Distance Telecommunication Services (LDTS). The objective of this procurement is to gather market research insights into the commercial telecommunication industry and compile a list of interested vendors capable of providing continuous telecommunication services operational 24/7, including service outage notifications and restoration procedures. This initiative is critical for maintaining secure and reliable telecommunication operations essential to mission success. Interested parties are encouraged to respond by September 20, 2024, detailing their technical capabilities and past performance, with inquiries directed to Daniel Kuchar at daniel.kuchar@us.af.mil or Casey Hupton at casey.hupton.1@us.af.mil.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    VOIP Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VOIP training contract focused on Cisco Unified Call Manager (CUCM) at Eielson Air Force Base in Alaska. The training aims to equip ten government technicians with the necessary skills to administer and maintain the CUCM VoIP enclave, ensuring they are prepared for Cisco certification testing. This initiative is crucial for enhancing operational readiness and minimizing downtime in voice communications systems. The contract, valued at $16,000,000, is set to commence from October 1, 2024, to October 14, 2024, with quotes due by 10:00 AM AKST on September 24, 2024. Interested parties can direct inquiries to James Cameron at james.cameron.15@us.af.mil or Nicholas Johnson at nicholas.johnson.83@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between specific locations at Offutt Air Force Base, NE, and Fargo, ND. The procurement requires compliance with commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is critical for ensuring reliable communication infrastructure within the defense sector. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base, NE, and Fargo, ND. This procurement is aimed at fulfilling essential telecommunications needs, specifically under the Wired Telecommunications Carriers industry, as denoted by the NAICS code 517111. Interested vendors must submit their quotes by October 14, 2024, at 4:00 PM CST, with all proposals directed to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    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 new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    KEY WEST INFRASTUCTURE VOIP TRANSITION SOLUTION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, is seeking proposals for a Voice Over Internet Protocol (VoIP) transition solution at Naval Air Station Key West, Florida. The project aims to replace existing Time Division Multiplexing (TDM) services for approximately 2,200 users across 149 buildings, requiring vendors to provide a comprehensive plan that includes installation, equipment, implementation costs, and a timeline for transition expected in FY25. This initiative is critical for enhancing military communication infrastructure, ensuring reliable telecommunication services for defense and emergency operations. Interested vendors must submit their proposals by September 23, 2024, with a performance period from September 27, 2024, to January 26, 2025; for further inquiries, contact Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.