Davis-Monthan AFB - Base Telecommunications Service (BTS) - Combo/Solicitation
ID: FA487725QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 27, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 27, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Base Telecommunications Service (BTS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to secure comprehensive operations and maintenance services for the telecommunications systems, ensuring continuous functionality in compliance with Department of Defense and Air Force policies. This contract is critical for maintaining reliable communication capabilities essential for military operations, with a Total Small Business Set-Aside designation to encourage participation from small businesses. Interested contractors must submit their offers by the specified deadlines, with questions due by February 5, 2025, and answers provided by February 12, 2025. For further inquiries, Edilberto Sampang Jr. can be contacted at edilberto.sampang@us.af.mil or by phone at 520-228-5461.

Files
Title
Posted
Feb 12, 2025, 4:06 PM UTC
This document outlines the Operations and Maintenance (O&M) requirements for telecommunications services at Davis-Monthan Air Force Base (AFB). It details various Contract Line Item Numbers (CLINs) related to base telecommunications operations, including equipment and services needed over a designated ordering period. Key components include customer premises equipment (e.g., various types of telephones), Cisco VoIP telephone stations, adjunct signaling devices, handsets, headsets, cabling and connectors, and fiber optic installations. The file specifies different types of installation and maintenance tasks necessary for infrastructure, such as copper and fiber optic cable installations, conduit installation, and splicing services. Costs are laid out in a structured price schedule, indicating unit prices, quantities, and total evaluations across different equipment types and services. The document serves as a comprehensive guide for prospective bidders on the equipment needed, operational objectives, and pricing structures that govern the telecommunications services at the facility. Overall, it reflects the Department of Defense's commitment to maintaining and enhancing base communications capabilities while ensuring compliance with federal procurement processes.
Feb 12, 2025, 4:06 PM UTC
This document pertains to an amendment concerning the solicitation process for federal procurement. The main purpose is to inform contractors of changes to key deadlines and compliance requirements related to offer submissions. Specifically, the due date for questions has been extended from January 31, 2025, to February 5, 2025, at 2:00 PM Arizona local time, while the due date for answers has shifted from February 5, 2025, to February 12, 2025, at the same time. Contractors must acknowledge receipt of this amendment either by completing specific items on the form or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge timely may lead to rejection of offers. The document outlines the structure for amendments and modifications, adhering to the Uniform Contract Format (UCF). Overall, all other terms and conditions of the solicitation remain unchanged. This amendment highlights essential procedural updates vital for maintaining compliance in the federal contracting process.
Feb 12, 2025, 4:06 PM UTC
This government document serves as an amendment to an existing solicitation or contract, providing instructions on how contractors should acknowledge receipt of the amendment and details of the modification. Offers must be acknowledged prior to the specified deadline through designated methods such as completing specific items or sending a separate letter or electronic communication. The main focus of this amendment is to update attachment C, which contains provisions and clauses, while all other terms and conditions remain unchanged. The document outlines specific items such as the contract ID code, amendment number, effective date, and project details, indicating the necessity for organizational clarity. Contractors are not required to return copies of the document, while the contracting officer's signature is typically needed for supplemental agreements only. This amendment is part of the regulatory framework guiding federal procurement processes, ensuring compliance and transparency in dealings between the government and contractors. Such amendments are common in federal RFPs and contracts, emphasizing the need for timely communication and documentation of changes to ensure all parties are informed of alterations.
Feb 12, 2025, 4:06 PM UTC
This document outlines the procedural requirements for acknowledging amendments to federal solicitations and modifications to contracts. Offers must be acknowledged before the specified deadline using designated methods, including electronic communication or return of specific items on the amendment. Failing to do so may lead to rejection of the offer. The amendment includes a section for the contractor's information and a description of the modification, including any adjustments to accounting and appropriations. The purpose of this amendment is to upload a Questions and Answers document and extend the deadline for receipt of offers. Instructions are provided on how to fill out various sections, including the identification codes, effective dates, and necessary signatures. Overall, the document serves to ensure clarity and compliance with solicitation processes in the context of government contracting, emphasizing the importance of timely acknowledgment and adherence to specified procedures while facilitating communication and documentation management related to federal procurements.
The Performance Work Statement (PWS) outlines the requirements for Base Telecommunications System Operations and Maintenance Services at Davis-Monthan Air Force Base, specifically for the 355th Communications Squadron. The contractor is responsible for providing necessary personnel, tools, and materials to ensure the telecommunications system operates continuously, adhering to Department of Defense and Air Force policies. Key services include preventive maintenance inspections, response to outages, and technical support for VoIP systems and cable management. The contractor must also maintain detailed records of all maintenance activities and comply with personnel clearance requirements. Normal duty hours for the contractor are Monday to Friday, with specified response times for various outage categories. The document emphasizes stringent operational procedures, including accident reporting, traffic measurement, and system monitoring. It details technical qualifications for contractor personnel, mandates regular governmental evaluations, and outlines the equipment and systems that the contractor will maintain. Overall, this PWS serves to ensure reliable telecommunications capabilities essential for military operations, reflecting compliance with federal standards and operational efficiency at the base.
Feb 12, 2025, 4:06 PM UTC
The document outlines a series of questions and answers regarding the Base Telecommunications Services contract for Davis-Monthan Air Force Base. It clarifies key details such as the absence of a site visit for contractors, requirements for weekly status meetings, and acceptable record-keeping formats. Furthermore, it addresses concerns about the use of both old and used parts, specifications regarding pricing volumes, and clarifications around workforce and staffing levels required for the contract. Compliance with Executive Order 13706 concerning paid sick leave is confirmed, and it is stated that contractors will self-provide internet connectivity and necessary equipment. Additionally, it summarizes requirements for pricing, including confirmation of not requiring separate pricing for certain line items, and the extent of operational and maintenance responsibilities for the contractor. The overall purpose of the document is to provide clarity and guidance to potential contractors responding to the RFP, ensuring they fully understand the expectations and requirements to deliver telecommunications services effectively at the base.
Feb 12, 2025, 4:06 PM UTC
The document outlines various clauses incorporated by reference and those presented in full text specific to a government contract solicitation (FA487725QA001). These include requirements for contractor compliance, procurement restrictions, and guidelines for financial transactions. Key areas addressed are the safeguarding of defense information, item unique identification, and prohibitions on products and services sourced from certain countries or entities. A significant section discusses the requirement for a unique identifier for items delivered under the contract, detailing its encoding, reporting obligations, and the method of submission via the Wide Area Workflow system, ensuring transparency and traceability. Evaluations for selection of proposals emphasize technical capability, past performance, and pricing. The document serves as a comprehensive reference for contractors seeking to bid on government contracts, ensuring adherence to standards that promote fair practices and accountability while outlining procedures for compliance with federal regulations.
Feb 12, 2025, 4:06 PM UTC
The document outlines a combined synopsis/solicitation (RFQ FA487725QA001) for Base Telecommunications Service (BTS) under a Total Small Business Set-Aside. The acquisition follows federal guidelines and aims to secure commercial items with operation and maintenance services for Davis Monthan AFB in Tucson, AZ. The solicitation specifies a firm-fixed price contract structure, consisting of a base ordering period and one option period, with related pricing details encapsulated in various Contract Line Item Numbers (CLINs). Offerors must demonstrate technical capability and corporate experience in providing similar telecommunications services, with clear delineation of pricing required for evaluation. The evaluation will prioritize technical acceptability and price, determining the best value for the government. Important timelines for questions and submission are highlighted, with relevant clauses and provisions included for compliance. The document encourages small businesses to apply, detailed quoting instructions, and a structure for assessing offers to ensure a fair contracting process. This RFQ illustrates the strategic approach of the government to engage small businesses in providing essential telecommunication services through a transparent, structured contracting process, ensuring competitive pricing and technical proficiency.
Feb 12, 2025, 4:06 PM UTC
The "Register of Wage Determinations Under the Service Contract Act" outlines the minimum wage rates and fringe benefits for various occupations in Arizona, as mandated by Executive Orders 14026 and 13658. Effective January 30, 2022, contracts require a minimum hourly wage of $17.75 for certain workers, with federal contractors also subjected to paid sick leave regulations under Executive Order 13706. The document details specific wage rates for numerous job classifications, indicating varying compensation aligned with job responsibilities and relevant protections for employees.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Presolicitation
Similar Opportunities
Goodfellow AFB Commercial Telephone Service
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of Commercial Telephone Services (CTS) at Goodfellow Air Force Base in San Angelo, Texas. The contract aims to deliver essential telecommunication services, including long-distance features, with a performance start date of April 23, 2025, and a requirement for 24/7/365 service availability. This procurement is critical for maintaining effective communication capabilities at the base, supporting military operations and personnel. Interested vendors must submit their proposals by 4:00 PM EDT on March 17, 2025, and can direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil.
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 crucial 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.
Distributed Antenna System (DAS) Maintenance
Buyer not available
The Defense Health Agency (DHA) is seeking qualified contractors to provide maintenance services for a multi-vendor Distributed Antenna System (DAS) at Wright-Patterson Air Force Base in Ohio. The contract will encompass both preventative and remedial maintenance as outlined in the Performance Work Statement (PWS), with a focus on enhancing communication systems while promoting participation from small businesses, particularly those owned by service-disabled veterans and women. This procurement is critical for ensuring the operational efficiency of telecommunications services within the military healthcare environment. Interested contractors must submit their quotes via email to Regina Flowers by March 24, 2025, and are encouraged to direct any questions regarding the solicitation to her by March 14, 2025.
AMARG Engineering Support Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AMARG Engineering Support Services contract to provide essential engineering support for the 309 Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Tucson, Arizona. The contract aims to assist with aerospace storage, preservation, aircraft parts reclamation, aircraft regeneration, depot-level maintenance overflow, and aircraft disposal, requiring contractors to employ qualified engineering professionals with expertise in process and facility engineering standards. This opportunity is particularly significant as it supports the maintenance and readiness of military aircraft, ensuring operational efficiency and safety. Interested small businesses must submit their proposals by the specified deadlines, with the contract valued at approximately $25.5 million, including a one-year base period and three one-year options for extension. For further inquiries, potential offerors can contact Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.
Local Telecommunication Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide local telecommunication services to support Space Base Delta 1 in Colorado Springs, Colorado. The procurement includes delivering local exchange access services, IP transport services, and interconnect functions, with an emphasis on compliance with federal regulations and industry standards. These services are crucial for maintaining effective communication and operational readiness within the military infrastructure. Interested contractors can reach out to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil for further details, and they should be prepared to meet specific performance thresholds and compliance obligations as outlined in the Performance Work Statement.
Local Telecommunication Service (LTS) and Long Distance Services (LDS)
Buyer not available
The Department of Defense, specifically the Massachusetts Air National Guard's 102nd Intelligence Wing, is seeking qualified contractors to provide Local Telecommunication Services (LTS) and Long Distance Services (LDS) as outlined in the attached Performance Work Statement (PWS). The primary objective is to replace existing time-division multiplexing (TDM) technology with managed session initiation protocol (SIP) services, ensuring a seamless transition while maintaining critical communication capabilities. This procurement is significant as it supports the operational readiness of the Air National Guard, emphasizing the need for reliable telecommunications infrastructure and services. Interested vendors must submit their quotations by the specified deadline, and the contract is expected to commence on April 1, 2025, with a performance period extending through March 31, 2028. For further inquiries, vendors can contact Lacy Phongsaly at lacy.r.phongsaly.civ@army.mil or Isao Hattori at isao.hattori.civ@army.mil.
PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET POINT TO POINT AT (BLDG) 1040; (RM) W107; (FL) 1; 5201 FLIGHT LINE DR; OKLAHOMA CITY, OK, 73179 AND (BLDG) 3900; (RM) 147; (FL) 1; BLDG 3900, 8705 INDUSTRIAL BLVD, TINKER AFB, OK 73145-33552.
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 100MB Ethernet point-to-point service at two military locations in Oklahoma City and Tinker Air Force Base. Contractors must meet specific technical requirements, provide detailed price quotations, and ensure compliance with federal telecommunications standards, including the prohibition of certain foreign equipment. This procurement is critical for enhancing communication infrastructure within military operations, and interested bidders must submit their quotes by April 10, 2025, via the Integrated Defense Enterprise Acquisition System (IDEAS) or an alternative email for those without access. For further inquiries, interested parties may contact Shannon Scheffel or Dale Rupright via their provided email addresses.
Wireless Systems Maintenance Services RFQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Wireless Systems Maintenance Services at Edwards Air Force Base in California. The primary objective is to provide efficient maintenance support for wireless systems, ensuring their operational status through qualified personnel who will perform priority and routine maintenance, non-recurring services, and recurring inspections. This contract is critical for maintaining mission-critical operations, with specific service standards requiring priority issues to be addressed within two hours and routine problems within eight business hours. Interested small businesses are encouraged to contact Willie Toles at willie.toles@us.af.mil or 661-277-2094, or Norman Mackie at norman.mackie.1@us.af.mil or 661-277-5435 for further details.
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.
SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 109, (RM) 120; 4210 BRADLEY CIRCLE, MOODY AFB, GA 31699-1505 (MOODYAFB/CCI) AND (BLDG) 857; (RM) 123; 401 EAST MOORE DRIVE, GUNTER ANNEX, AL 36114-3001
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 channelized OC-12 fiber optic circuit between Moody Air Force Base in Georgia and Gunter Annex in Alabama. Contractors are required to meet specific technical standards and deliver the service by June 18, 2025, ensuring compliance with stringent performance and integrity testing protocols. This telecommunications service is crucial for maintaining effective communication capabilities within military operations. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 19, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further inquiries.