Local Telecommunication Services (LTS) at Whiteman AFB
ID: FA462524Q1033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, 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 Air Force, is seeking proposals for Local Telecommunication Services (LTS) at Whiteman Air Force Base in Missouri. The procurement aims to establish a managed Voice over IP (VoIP) solution, including the installation and activation of IP SIP trunks, with a performance period of five years starting March 1, 2025. This service is critical for ensuring continuous telecommunication support and operational reliability at the base, adhering to stringent military communication standards. Interested vendors must submit their quotations electronically by February 19, 2025, and can direct inquiries to Mitchell Lewter at mitchell.lewter@us.af.mil or Nathaniel Smith at nathaniel.smith.68@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing Local Telecommunication Services (LTS) at Whiteman Air Force Base, Missouri, around the migration to Internet Protocol (IP) and the implementation of a managed Voice over IP (VoIP) solution. The goal is to ensure continuous telecommunication support, operational 24/7/365, with high availability and various service protocols. The scope includes installation and maintenance of services, addressing both scheduled and unscheduled outages, and providing timely notifications and restoration actions. Mission-essential services have defined restoration priorities: catastrophic, emergency, serious, and routine outages, each with specified response and restoration timeframes. Key provisions include securing Government facilities, qualified personnel, adherence to regulations, and submission of cutover and interconnection plans. The contractor must integrate their services with existing Government infrastructure while following Federal Communications Commission (FCC) and Department of Defense (DoD) standards. Overall, this document serves to formalize the requirements for telecommunications at the base, advocating for innovative technical proposals while ensuring operational reliability and compliance with established guidelines.
    The document outlines the requirements for Local Telecommunication Services (LTS) for Whiteman Air Force Base, specifically detailing the specifications for Session Initiation Protocol (SIP) trunks. The base requires a total of 92 SIP trunk channels compatible with their existing Cisco Catalyst C8300-1N1S-6T router and Call Manager software version 14.0.1.13900-155. Key features include the necessity for provider-side redundancy for the SIP trunks and the inclusion of an edge router. This document is part of the federal government's Request for Proposals (RFP) process, aimed at securing telecommunication solutions that meet strict compatibility and reliability standards. The emphasis on redundancy and specific equipment compatibility reflects the stringent operational needs of military communications. Overall, the file serves to invite potential vendors to propose solutions that align with these clear and essential specifications for enhancing communication infrastructure at the base.
    The document outlines the pricing summary for local telecommunications services at Whiteman AFB, Missouri, detailing costs over a five-year period, including a base year and four option years. It specifies three Contract Line Item Numbers (CLINs): non-recurring charges (NRC) and monthly recurring charges (MRC), both of which are indicated as $0.00 for each year. Additionally, the cutover or IP SIP trunk installation is only accounted for in the base year, although it likewise shows no associated costs. The total cumulative cost over the base year and all option years is also $0.00. This pricing summary suggests that no expenses are anticipated for the outlined telecommunications services, reflecting a potential unique arrangement or proposal within the broader context of federal RFPs and government grants.
    The document outlines the instructions for submitting proposals in response to RFP FA462524Q1033 for a Firm Fixed Price contract for Local Telephone Service at Whiteman AFB, MO. It specifies the government’s intention to award a single contract and details the requirements for quote submissions. Offerors must provide complete, compliant proposals containing specific and relevant information, emphasizing clarity, detail, and technical capability. The submission must include a robust management approach, an installation and cutover plan, and responses to pricing expectations. Multiple proposals are permitted, subject to defined page limits, and all quotes must remain valid for a minimum of 120 days. The evaluation process will consider both technical and pricing factors, requiring comprehensive data to ensure reasonableness and balance in pricing. The document emphasizes adherence to governmental regulations and the importance of detailed, clear submissions to facilitate effective evaluation, highlighting the contracting process within the context of government procurements.
    The document outlines the evaluation process for government offers in response to solicitation FA462524Q1033 for local telecommunication services. The contract will be awarded based on the lowest evaluated price that meets the technical acceptability standards. Technical acceptability is critical, and proposals failing to meet requirements may be rejected. The evaluation consists of two key factors: Technical (Factor 1) and Price (Factor 2). Technical submissions must detail the approach to managing the contract, overview of capabilities, and an installation and cutover plan, all tailored to specific site requirements. Price evaluation focuses on total evaluated price (TEP) for the base period and options, requiring offers to demonstrate price reasonableness and balance. The document emphasizes that the government intends to select one contractor but reserves the right not to award based on the quality of offers and fund availability. Additionally, offers must comply with all solicitation requirements to be considered for award, ensuring a structured approach to procuring services that align with government standards and fiscal responsibility.
    The document FA462524Q1033 outlines the clauses incorporated by reference for a government procurement RFP. It includes various federal and DOD-specific clauses related to contractor requirements such as compensation of former Department of Defense officials, whistleblower rights, and the safeguarding of defense information. Additionally, it addresses requirements for representation and certifications from offerors, ensuring compliance with ethical and operational standards. The clauses cover multiple areas, including the acceptance of telecommunications services, the prohibition of business operations with sanctioned regimes, and electronic payment instructions via Wide Area Workflow (WAWF). This document serves as a comprehensive guide for bidders, detailing their obligations and the regulatory framework governing the contract process, thus promoting accountability, transparency, and security in government contracting activities.
    The document is a combined synopsis and solicitation for Local Telecommunications Services (LTS) under RFQ number FA462524Q1033. It aims to acquire commercial items following the structure outlined in federal acquisition regulations. This solicitation seeks full and open competition, with the required service involving the installation and activation of IP SIP trunks prior to service commencement. The anticipated performance period spans five years, starting from March 1, 2025, with specific option years outlined up to 2030. Interested vendors must submit their quotations electronically by February 19, 2025, along with required company information such as Cage Code, employee count, and revenue details. Key evaluation factors for proposals are specified in an attached document. The solicitation includes a caveat that the government reserves the right to cancel it without any obligation to reimburse costs incurred by respondents. Vendors are encouraged to direct questions by a specified deadline. This solicitation reflects efforts by the government to enable competitive procurement processes while ensuring adherence to applicable regulations.
    The document addresses vendor inquiries regarding the Official Request for Proposal (RFP) FA462524Q1033 for Local Telecommunication Services (LTS). It confirms that the anticipated start date for the contract is March 1, 2025, which aligns with the timeline for installing necessary SIP Trunks before services commence. Regarding contract details, it stipulates that the identity of the current incumbent contractor will be disclosed upon the award of the contract, ensuring compliance with the program's requirements. The previous contract number associated with this service is noted as FA877320P0021. The file serves to clarify expectations and requirements for prospective bidders within the context of federal contracting procedures and maintains transparency in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Local/Long Distance and E911 Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is soliciting proposals for Local/Long Distance and E911 Telecommunication Services through a Request for Quote (RFQ). The procurement aims to establish a reliable telecommunications infrastructure, including the installation of SIP trunks at designated buildings, ensuring high availability and compliance with federal standards. This initiative is crucial for maintaining effective communication capabilities, particularly in emergency situations, and is expected to enhance operational efficiency at military installations. Interested vendors must submit their quotes electronically by February 21, 2025, and ensure compliance with all Federal Acquisition Regulations (FAR), with services anticipated to commence on April 1, 2025. For further inquiries, potential offerors can contact Brianna Morphis at brianna.morphis@us.af.mil or Kenneth Helgeson at kenneth.helgeson.3@us.af.mil.
    Battle Creek ANGB Local Telecommunication Services (LTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Local Telecommunication Services (LTS) for the Battle Creek Air National Guard Base in Michigan. The procurement aims to transition from outdated low-speed time-division multiplexed circuits to modern session initiation protocol trunking, ensuring reliable and efficient telecommunications capabilities for mission-critical operations. This initiative underscores the importance of maintaining high service availability, with a requirement for 99.99% uptime and prompt outage management. Interested vendors must submit their firm-fixed pricing proposals by March 13, 2025, and can contact SSgt Joseph Bryant at joseph.bryant.14@us.af.mil or MSgt Michael Solo at michael.solo.4@us.af.mil for further information.
    Telecommunication Services for Laughlin AFB
    Buyer not available
    The Department of Defense, through the 47th Contracting Squadron, is seeking offers for Local Telecommunication Services (LTS) at Laughlin Air Force Base (AFB) in Texas, under solicitation FA309925Q0003. The procurement aims to provide continuous telecommunication services, including "dial-tone" and ancillary services, ensuring 99.9% service availability and effective management of outages. This contract is crucial for maintaining communication capabilities at the base and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) methodology, with a Firm-Fixed Price contract anticipated for a one-year term, including options for additional years. Interested contractors must submit their proposals by February 14, 2025, and direct any inquiries to Koreanna Collins at koreanna.collins@us.af.mil or Alejandro Alvarado at alejandro.alvarado.3@us.af.mil.
    Local Telecommunication Services/BVOIP
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Local Telecommunication Services at Joint Base Charleston, South Carolina, under solicitation number FA441825Q0003. The procurement aims to establish a reliable 24/7 telecommunications infrastructure, including the installation and maintenance of Voice over IP (BVOIP) services and compliance with federal standards set by the FCC and DoD. This initiative is crucial for ensuring effective communication capabilities at military installations, supporting operational readiness and coordination. Proposals are due by February 14, 2025, and interested contractors should contact Jalen Williams at jalen.williams.8@us.af.mil or Dillon Johnson at dillon.johnson.18@us.af.mil for further information.
    eVOIP Local Long Distance Communication Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide eVOIP local and long-distance communication services for the 934th Communications Squadron at Minneapolis Air Reserve Station. The procurement aims to transition from Time-Division Multiplexing (TDM) to Internet Protocol (IP) telephony services, requiring the porting or acquisition of 4,000 phone numbers and the capability to handle 100 concurrent calls, thereby enhancing communication capabilities within the DoD. Proposals must be submitted by February 18, 2025, with the performance period set from March 1, 2025, to February 28, 2026, and the possibility of two option years. Interested vendors should contact Mikkael Hahn at 612-713-1428 or via email at mikkael.hahn.1@us.af.mil for further details.
    LSTDM Circuit to SIP Trunks Conversion & SIP Trunked Telephony Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the conversion of Local Telecommunication Services (LTS) from low-speed time-division multiplexed (LSTDM) technology to Session Initiation Protocol (SIP) trunking at Truax Field ANGB in Madison, Wisconsin. This procurement aims to enhance communication services by transitioning to modern, IP-based solutions while ensuring uninterrupted telecommunication services with a 99.9% availability threshold. The contractor will be responsible for managing outages, providing necessary infrastructure, and ensuring compliance with industry standards and safety regulations throughout the transition process. Interested parties can contact Scott Homner at scott.homner@us.af.mil or by phone at 608-245-4757 for further details.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 25MB ETHERNET SERVICE BETWEEN BLDG 313; RM 115; VOLK FIELD NETWORK CONTROL CENTER; 313 BADGER AVE; CAMP DOUGLAS, WI, 54618 AND BLDG TOWER SHELTER; RM N/A; 46’07’18.9”N 89’42’46.9”W; BOULDER JUNCT
    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 dedicated 25MB Ethernet service between the Volk Field Network Control Center and the Tower Shelter in Wisconsin. The procurement aims to ensure reliable telecommunications services, which are critical for operational efficiency and communication within defense operations. Interested contractors must submit detailed proposals that include pricing and technical compliance by the extended deadline of December 16, 2024, with the service expected to commence by May 23, 2025. For further inquiries, contractors 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 1GB ETHERNET SERVICE, BETWEEN: (BLDG) MISSION POINT; (RM) 350; (FL) 3; 2601 MISSION POINT BLVD; DAYTON, OH, 45431/CCI, AND BLDG 15; (RM) 128; 1ST FLOOR; 1864 FOURTH ST, WRIGHT PATTERSON AFB, DAYTON, OH 45433-5061/CCI
    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 1GB Ethernet service between two designated locations in Dayton, Ohio. The procurement aims to ensure reliable telecommunications services, adhering to strict performance metrics and testing standards, with a service activation date set for June 14, 2025. This opportunity is critical for maintaining effective communication infrastructure within the military framework. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via their respective email addresses for further clarification.
    PROVIDE, INSTALL, AND MAINTAIN A  1GB DEDICATED SERIVCE BWTN BLDG 3000, ROOM 100, 1ST FLOOR, 3000 PRESIDENTIAL DRIVE, FAIRBORN, OH 45324 AND BLDG 10271, COMPUTER ROOM 128, 1ST FLOOR, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a dedicated 1GB telecommunications service circuit between two locations in Ohio. Contractors are required to submit quotes that comply with stringent technical specifications, including acceptance testing protocols and detailed installation plans, to ensure robust telecommunication capabilities essential for government operations. The contract is set aside for small businesses, with a key service date of June 29, 2025, and proposals will be evaluated based on the lowest price technically acceptable (LPTA) criteria. Interested parties should direct inquiries to Jennifer Voss or Angelina Hutson via email, as detailed in the solicitation documents.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals from small businesses for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed-Price contract that includes tiered internet services with minimum speed requirements and CATV services with multiple programming options, ensuring reliable communication capabilities essential for military operations. Interested vendors must submit their proposals by February 20, 2025, and comply with federal procurement regulations, including registration in the System for Award Management (SAM). For further inquiries, potential offerors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.