SIP Voice Services
ID: W50S8T25QA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NV USPFO ACTIVITY OKANG 137OKLAHOMA CITY, OK, 73179-1051, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for SIP Voice Services to replace existing Local Telecommunication Services (LTS) and Long-Distance (LD) services at Will Rogers Air National Guard Base in Oklahoma. The objective is to transition from low-speed time-division multiplexed circuits to session initiation protocol (SIP) trunking, ensuring seamless service delivery and compliance with Department of Defense standards. This procurement is crucial for maintaining reliable telecommunications within military operations, and the contract will be evaluated using a Lowest Price Technically Acceptable (LPTA) method. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.

Files
Title
Posted
Apr 9, 2025, 2:08 PM UTC
The document outlines responses to questions regarding a federal Request for Proposal (RFP) for SIP (Session Initiation Protocol) services. Key points include that there is currently no incumbent for these services, which were previously provided by Verizon. The contract will employ a Lowest Price Technically Acceptable (LPTA) evaluation method, with no strict page limits for proposals. Technical requirements indicate that interoperability with the Government’s Avaya CM7 system is acceptable as long as the system functions correctly, and there are no additional cybersecurity requirements beyond standard DoD regulations. Contractors must provide a helpdesk system and retain ownership of Customer Premise Equipment (CPE) for maintenance purposes. Specific proposal clarifications include the need to port all listed Direct Inward Dialing (DID) numbers, and legacy PRI handling is required for SIP service, as pure SIP delivery is incompatible with the existing Avaya system. Invoicing will occur monthly via DEAMS, with potential consideration for tax exemption on telecommunications services. The responses reflect essential operational, compliance, and technical requirements vital for potential contractors to understand the service scope and expectations.
Apr 9, 2025, 2:08 PM UTC
The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSBs) by the U.S. government. It includes key information such as requisition and contract numbers, award date, and details for inquiries. The primary requirement is for Session Initiation Protocol (SIP) Voice Services, with a structured proposal encompassing multiple contract years. Various contract clauses from the Federal Acquisition Regulation (FAR) are referenced, highlighting legal compliance concerning subcontracting, employment practices, and cybersecurity measures. Furthermore, the document emphasizes the importance of adherence to clauses related to small businesses, especially pertaining to economic disadvantages and veteran statuses. It specifies the submission processes for invoices and the conditions under which the government may terminate the contract. The solicitation is aimed at fostering participation from small businesses while ensuring compliance with federal regulations.
Apr 9, 2025, 2:08 PM UTC
This document serves as an amendment to a federal solicitation, extending the deadline for offers and providing answers to questions received regarding the solicitation. The key change involves the new response due date, adjusted from March 27, 2025, to April 14, 2025, at 10:00 hours. It also outlines the procedures for acknowledging receipt of the amendment, emphasizing the importance of timely acknowledgment to avoid rejection of offers. The amendment ensures that all other terms and conditions of the original solicitation remain unchanged and in effect. The document is issued by a federal agency, specifically the Oklahoma Army National Guard, and includes information on contacting the contracting officer for further inquiries. Overall, the primary purpose is to inform stakeholders of changes to the solicitation process while maintaining compliance with federal regulations for RFPs and contracts.
The Performance Work Statement (PWS) outlines the requirements for converting Local Telecommunication Services (LTS) from low-speed time-division multiplexing (LSTDM) to session initiation protocol (SIP) trunking at Will Rogers Air National Guard Base in Oklahoma City, as mandated by the Department of Defense. The objective is to ensure a seamless transition without capability loss and to provide 24/7/365 managed IP-based services. The contractor is responsible for delivering comprehensive labor, tools, and materials while adhering to various FCC and DoD standards. Key requirements include managing outages effectively, with prioritized response times based on severity, and ensuring continuous local access at specified circuit demarcation points. The contractor must also provide necessary documentation for cutover plans, demonstrating expertise and coordination with government personnel. Security measures, manpower reporting, and adherence to safety protocols are emphasized throughout. The PWS primarily serves as a structured approach to ensure reliable and efficient telecommunications, vital for operational continuity within military contexts, while incorporating innovative solutions within existing infrastructure constraints.
Lifecycle
Title
Type
SIP Voice Services
Currently viewing
Solicitation
Similar Opportunities
Telephone Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for telephone services at Kingsley Field Air National Guard Base in Klamath Falls, Oregon. The contractor will be responsible for providing all necessary personnel, equipment, and supervision to deliver Local Telecommunication Services (LTS) and Long-Distance (LD) through modern Session Initiation Protocol (SIP) technologies, replacing outdated systems while ensuring compliance with federal standards. This contract, which spans one base year with four optional years, emphasizes the importance of maintaining high service reliability (99.999% uptime) and adherence to security policies, with a focus on efficient outage management and personnel training. Interested parties should contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or Jason Rice at jason.rice.27@us.af.mil for further details, with the submission deadline extended to April 24, 2025.
Local Telecommunications Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local and Long Distance Telecommunications Services at Dobbins Air Reserve Base in Georgia. The procurement requires contractors to provide all necessary labor, tools, materials, and services to ensure compatibility with existing government infrastructure while transitioning to an Internet Protocol (IP) system. This contract, designated as a 100% Total Small Business Set-Aside, will be awarded based on a lowest-priced technically acceptable evaluation approach, with a firm fixed-price structure lasting one base year plus four optional years, starting on April 29, 2025. Proposals must be submitted electronically by May 5, 2025, and interested parties can contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further information.
Sole Source J & A
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure managed Local Telecommunication Services (LTS) and Long-Distance (LD) services to replace existing low-speed time-division multiplexed (LSTDM) circuits with session initiation protocol (SIP) circuits at March Air Reserve Base (MARB) in California. The objective is to ensure a seamless migration of all connectivity requirements and features to the new SIP path without any loss of capabilities, maintaining 24/7/365 operational support. This procurement is critical for enhancing the telecommunications infrastructure while optimizing budgetary spending, as AT&T Enterprises, LLC has been identified as the sole provider due to its legacy ownership of the existing infrastructure, which simplifies the transition to a more efficient fiber-optic system. The total contract value is approximately $479,345.10, covering multiple periods from 2025 to 2030, and interested parties can reach out to Joshua Davidson at Joshua.Davidson.16@us.af.mil or Marissa E Lopez at marissa.lopez.5@us.af.mil for further inquiries.
North Dakota National Guard (NDNG) Telco Central Office Services 2025
Buyer not available
The Department of Defense, through the North Dakota National Guard, is seeking proposals for telecommunications central office services for the fiscal year 2025. The contractor will be responsible for providing comprehensive telecommunications services across four cities: Bismarck, Fargo, Grand Forks, and Valley City, including the provision of Direct Inward Dial (DID) numbers and T-1 data circuits, while ensuring compliance with security protocols. This procurement is crucial for maintaining reliable communication services for military operations and is valued at approximately $35 million for the contract period from May 22, 2025, to May 21, 2026. Interested bidders must submit their quotes by 2:00 pm CST on May 2, 2025, and can direct inquiries to Jeremy W. Greenstein at jeremy.w.greenstein.civ@army.mil or John M. Norway at john.m.norway2.civ@army.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 at Space Base Delta 1, encompassing Peterson SFB, Schriever SFB, and Cheyenne Mountain SFS in Colorado. The procurement aims to deliver essential services such as local exchange access, IP transport, and emergency communication functionalities, while ensuring compatibility with existing infrastructure owned by Lumen. This contract is critical for maintaining operational effectiveness and emergency preparedness within military contexts, with a timeline for service commencement set between October 2025 and January 2026. Interested parties should respond to the sources sought notice by providing company details and confirming their ability to meet the outlined requirements, with a meeting scheduled for May 6-7, 2025, to discuss further details. For inquiries, contact Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
PROVIDE, INSTALL, AND MAINTAIN A NEW 10GB WAVE LEASED ACCESS CIRCUIT BETWEEN BLDG 33 DCO ROOM, 1ST FLOOR, 652 RONALD REAGAN BLVD, POINT MUGU NAWC, CA 93042 (PT MUGU/CCI) AND BLDG 7494, ROOM 113, 1ST FLOOR, 7494 MIRAMAR WAY, MCAS, SAN DIEGO, CA 92145
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 new 10GB wave leased access circuit between two military facilities in California, specifically from Point Mugu to MCAS San Diego. Contractors are required to submit detailed proposals that address technical compliance, installation processes, and rigorous testing protocols, ensuring the circuit meets a service date of May 15, 2025, while adhering to federal telecommunications standards. This procurement is critical for enhancing the telecommunications capabilities of military operations, ensuring reliable and effective communication networks. Interested vendors must coordinate site visits and comply with all outlined requirements, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
Microwave Line of Sight Field Service Representative
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "Microwave Line of Sight Field Service Representative" to provide essential support services for military operations in Kuwait. The contract requires qualified vendors to supply personnel, equipment, and services to ensure effective communication and data exchange, with a focus on maintenance, logistics, and technology refreshment for the Microwave Line of Sight program. This initiative is critical for enhancing operational capabilities and ensuring seamless communication for U.S. military operations, particularly in support of CENTCOM. Interested parties must submit their proposals by April 30, 2025, with inquiries due by April 23, 2025, and can contact Chelsea M. Ng at chelsea.m.ng.civ@army.mil or Charles L. Friend at charles.l.friend.civ@army.mil for further information.
AMEND PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) NH-95,(ROOM) A141, 7927 INGERSOL STREET, NORFOLK, VA(HMPTNRDS/CCI) AND (BLDG)2904,(ROOM) FRAME, 1195 JABARA AVENUE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI)
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 channelized OC-12 (622.08MB) telecommunications circuit between two military locations: Norfolk, VA, and Seymour Johnson AFB, NC. The contract will require service availability of at least 99.5% over a period of 60 months, with installation completion expected by September 11, 2025, and compliance with rigorous technical specifications and testing standards. This procurement is critical for ensuring reliable telecommunications infrastructure essential for military operations. Interested vendors must submit their quotes by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email for further clarification.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 104, TELECOM SWITCH ROOM, 104 JAMES GIAMMALVO ROAD, OTIS ANG, MA AND BLDG CS047, TELCO ROOM, 4710 COOPER AVE, FORT MEADE, MD
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 2.5GB wavelength service connecting telecommunications switch rooms located in Otis Air National Guard Base, Massachusetts, and Fort Meade, Maryland. The procurement requires compliance with stringent testing and acceptance criteria, including a 72-hour soak test and a high operational availability of 99.5%, ensuring reliability and security in telecommunications services. Proposals must include detailed installation plans and address potential delivery delays, with a service implementation date set for June 6, 2025. Interested contractors must submit their quotes by May 12, 2025, and can contact Jennifer Voss or Kristina Hoff for further information.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 168, ROOM 141, 168 IZZEA STREET, OTIS ANGB, MA AND BLDG 1646A, FRAME ROOM, 81 GRENIER STREET, HANSCOM AFB, MA.
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 2.5GB wavelength service between two military locations in Massachusetts. The procurement aims to enhance telecommunications infrastructure critical for military operations, requiring compliance with specific technical standards and operational redundancy to ensure reliability. Contractors must submit detailed proposals that include installation methods and adherence to Federal Acquisition Regulation (FAR) clauses, with a deadline for quotes set for May 12, 2025, and a service commencement date expected by September 6, 2025. For further inquiries, interested parties may contact Jennifer Voss or Kristina Hoff via email.