Local & Long Distance Commercial Telecommunication Services Conversion
ID: W50S8Q-25-Q-0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 178SPRINGFIELD, OH, 45502-8785, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for a federal contract to provide local and long-distance commercial telecommunication services, focusing on the conversion from low-speed time-division multiplexed (LSTDM) circuits to emulated Session Initiation Protocol (SIP) circuits at the Springfield-Beckley and Blue Ash Air National Guard Bases in Ohio. The contractor will be responsible for delivering all necessary labor, tools, and materials to ensure a seamless transition to the new SIP services, which must maintain existing capabilities and provide 24/7 operational support. This procurement is critical for enhancing the telecommunication infrastructure in line with modern standards, as the current LSTDM technology is being phased out. Interested small businesses must submit their quotes by May 12, 2025, at 2:00 PM EST, and can direct inquiries to TSgt Samantha McKinney at samantha.mckinney.1@us.af.mil or Daniel Nuttall at daniel.nuttall.2@us.af.mil.

    Files
    Title
    Posted
    The Request For Quotation W50S8Q-25-Q-0017 seeks proposals for commercial communication services for the 178th Wing, Springfield-Beckley Ohio Air National Guard, covering a base year and four potential option years, each consisting of 12 months. The opportunity is 100% set aside for small businesses under the NAICS code 517111, with a size standard of 1,500 employees. Quotes must be valid for at least 30 days and are accepted until May 12, 2025, at 2:00 PM EST, with submission possible via email. Key contractual clauses include restrictions on telecommunications services provided by covered entities, ensuring compliance with procurement laws and protecting against reliance on potentially compromised technologies. Acceptance of quotes may occur without discussions, prioritizing an "All or None" award strategy. This solicitation emphasizes the government’s commitment to supporting small businesses while maintaining national security standards in telecommunications procurement.
    The Performance Work Statement (PWS) outlines the requirement for converting Local Telecommunication Services (LTS) from low-speed time-division multiplexed (LSTDM) circuits to emulated Session Initiation Protocol (SIP) circuits at Springfield-Beckley Air National Guard Base (ANGB) and Blueash ANGB. The Department of Defense mandates this upgrade to enhance operational efficiency due to declining support for LSTDM technology. The contractor is responsible for implementing the new services, ensuring 24/7 accessibility, and adhering to various telecommunications standards. Key responsibilities include notifying the government of scheduled outages, promptly responding to emergencies, and installing essential infrastructure without additional costs to the government. Specific equipment and space requirements are detailed, alongside protocols for addressing outages based on severity levels. The contractor must also develop a cutover plan and coordinate service transitions effectively. Safety, health, and fire protection requirements must be followed, with strict quality assurance measures to maintain performance standards. The document is structured into sections covering objectives, scope, service summaries, space provisions, general requirements, and appendices detailing site-specific needs. Overall, the PWS reflects the government's commitment to upgrading telecommunication infrastructure to meet modern standards while maintaining operational readiness.
    The document pertains to the Q&A section of a Request for Proposal (RFP) for Local and Long-Distance Commercial Telecommunication Services at two Air National Guard bases: Springfield and BlueAsh. Key inquiries focus on the average usage of local, long-distance, and international telecom minutes, which remain undetermined. It confirms the number of Digital Identifiers (DIDs) at 730 for Springfield and 100 for BlueAsh, alongside requests to verify SIP trunk ports, which are acknowledged but not currently utilized. Additionally, the SIP trunk specifications indicate the capacity of the existing DS1 circuit board. Notably, the number of endpoints requiring 911 provisioning is established at 1,056 for Springfield and 220 for BlueAsh. The document underscores the technical specifications necessary for the telecommunication system conversion, guiding prospective contractors in their proposals. This information is vital for ensuring adequate and compliant communications infrastructure to meet operational needs at these military bases.
    The document outlines a set of questions and answers related to a Request for Proposal (RFP) for Local and Long-Distance Commercial Telecommunication Services (W50S8Q-25-Q-0017). Key topics include the technical specifications for call paths, service independence between Springfield and Blueash sites, and contractor responsibilities regarding internet access, SIP trunk backup, and compliance with NIST SP 800-171. It specifies that 24 concurrent SIP trunk channels are required and states a cutover date within 30 days post-award, without a parallel run for old and new services. The contractor must provide itemized monthly invoicing, with taxes and fees included in the pricing. No existing vendor is currently offering the specified services. Additionally, technicians must comply with security clearance and background checks as per base access requirements. Overall, the document serves to clarify RFP requirements and operational expectations for potential contractors within the telecommunications sector.
    This document is a Q&A set related to a federal Request for Proposal (RFP) for local and long-distance commercial telecommunication services (RFP W50S8Q-25-Q-0017). The current provider is ATT, with a discontinued long-distance T-1 service. The agency seeks to implement SIP trunking, which will require emulation to integrate with the existing phone switch, with plans for a full conversion once an appropriate switch is obtained. They have approximately 1,200 phones and need 24 concurrent call paths. The government allows site surveys at two specified locations for assessing connectivity. Geographic coordinates for these locations are provided, though details about average monthly long-distance usage and authorizations for international calling remain unspecified. This document outlines essential operational requirements and logistical details necessary for telecommunications providers responding to the RFP, reflecting the government’s ongoing efforts to enhance their communication infrastructure.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    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.
    Local Exchange Services for Fort McCoy, WI.
    Dept Of Defense
    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.
    PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL BUSINESS LINE AT 64 KB IN NY
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a commercial business line at 64 KB in New York. This procurement is aimed at acquiring telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers, and is critical for ensuring reliable communication capabilities within the agency. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, and proposals are due by the specified deadline, with evaluations based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via their provided email addresses.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB PT TO PT ETHERNET CONNECTION BETWEEN WASHINGTON, DC AND VA.
    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 1GB point-to-point Ethernet connection between Washington, DC, and Virginia. This procurement aims to enhance telecommunications capabilities, ensuring reliable and efficient network access for defense operations. The selected contractor will be responsible for delivering both recurring and non-recurring services, with specific pricing details outlined in the solicitation. Interested vendors should contact Shannon Scheffel at shannon.e.scheffel.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information, as proposals are being requested with no formal written solicitation to follow.