Local Exchange Services for the Presidio of Monterey, CA.
ID: W91RUS25Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT SW SECTORFORT HUACHUCA, AZ, 85613-5000, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified telecommunications providers to deliver local exchange services for the Presidio of Monterey, California, under solicitation number W91RUS25Q0012. The procurement involves providing local voice and data circuits, including all necessary equipment, maintenance, and compliance with federal safety and operational standards, as outlined in the attached Statement of Work (SOW). This initiative is crucial for maintaining secure and reliable communication infrastructures for government operations, emphasizing the importance of timely service restoration and coordination with the Contracting Officer’s Representative. Interested vendors must submit their quotations, including a detailed technical solution and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline, with the contract expected to span multiple years including options for renewal.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the price schedule for a telecommunications cutover project at the Presidio of Monterey, California, under the proposal W91RUS-25-Q-0012 dated January 22, 2025. It includes various pricing structures, such as non-recurring and monthly recurring charges, with all entries indicating a price of $0.00, suggesting that costs may yet be determined or are not applicable. The schedule comprises multiple Contract Line Item Numbers (CLINs) for installation and communication services, including plans for cutover processes, data items, and traffic studies—all essential components detailed in the Statement of Work (SOW). The pricing specifics also mention reserved items pending further information. This document serves as part of a federal request for proposals (RFP), demonstrating the preliminary stages of a project focused on enhancing communication infrastructure while ensuring transparent pricing mechanisms in compliance with federal guidelines.
    The Statement of Work (SOW) outlines the requirements for a contractor to provide local exchange access and analog/digital transport services for government communications. The contractor is responsible for supplying all necessary equipment, facilities, and maintenance to ensure reliable service, which includes operator and directory assistance, as well as E911 emergency services. Unofficial services for non-government entities are strictly prohibited. Key expectations include compliance with various functional and safety standards, installation planning, and timely service restoration during outages categorized by severity. The contractor must also facilitate future service requests, maintain accurate service records, and coordinate closely with the Contracting Officer’s Representative (COR). Appendix 10 specifies the exact services and features required, including installation timelines and fire safety service requirements. The document emphasizes safety training and environmental compliance, insisting that all hazardous materials and safety measures align with federal standards. This SOW represents a significant government initiative to ensure structured and secure communication infrastructures are maintained for effective operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Local Exchange Services for Fort Leavenworth, KS.
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting quotes for local exchange services at Fort Leavenworth, Kansas, under solicitation number W91RUS25QA016. The procurement aims to secure comprehensive local exchange access and transport services, including analog and digital transport, for official government use, with specific requirements outlined in the attached Statement of Work. These services are critical for maintaining effective communication within government operations, emphasizing adherence to technical standards and timely service restoration. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Kansas, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    Local Exchange Services for the McAlester AAP, OK.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified local exchange carriers to provide local voice and data circuits for the McAlester Army Ammunition Plant (AAP) in Oklahoma. The procurement involves a Request for Quote (RFQ) for local exchange access services, including installation and cutover plans, transport services, and compliance with various industry standards and regulations. This contract is crucial for ensuring reliable communication services for government operations, with a performance period that includes a base year and specific requirements outlined in the attached Statement of Work. Interested parties must submit their quotations, including proof of certification as a facilities-based carrier in Oklahoma, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    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.
    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.
    Session Initiation Protocol Telephony Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure Session Initiation Protocol (SIP) Telephony Services through a fixed-price contract. This procurement is justified under 10 USC 2304(c)(1) and the Federal Acquisition Regulation (FAR) at 6.302-1(a)(2)(iii)(B), identifying AT&T as the sole provider of commercial telephone services within designated service areas. These services are crucial for maintaining effective communication capabilities within military operations. Interested parties can reach out to SMSgt Barry B. Beale at barry.beale.1@us.af.mil or call 419-868-4142 for further details regarding this opportunity.
    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.
    Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    10th Mountain Division Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure wireless services for the 10th Mountain Division located at Fort Drum, NY. This procurement is part of a multiple award contract order above the Simplified Acquisition Threshold, justified under the Department of the Navy's Wireless Mobility Service Blank Purchase Agreement - Spiral 3. The wireless services are critical for enhancing communication and operational capabilities within the division. Interested vendors can reach out to Holly Imbriaco at holly.c.imbriaco.civ@army.mil or by phone at 315-772-5089, or Jeffery Frans at jeffery.l.frans.civ@army.mil or 315-774-2342 for further details regarding this opportunity.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for Cable TV and Wired and Wireless Internet Service on Fort Drum, NY. This service is typically used to provide communication and entertainment options to military personnel stationed at Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 517111. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.