Local and Long-Distance Telecommunications Services
ID: FA481425TF005Type: Combined Synopsis/Solicitation
AwardedAug 1, 2025
$943.7K$943,712
AwardeeLUMEN TECHNOLOGIES GOVERNMENT SOLUTIONS, INC Denver CO 80202 USA
Award #:FA481425P0043
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for local and long-distance telecommunications services at MacDill Air Force Base in Florida. The procurement aims to transition from legacy telecommunications systems to modern Session Initiation Protocol (SIP) technology, ensuring 24/7 operational support and compliance with Department of Defense standards. This initiative is critical for maintaining effective communication capabilities essential for military operations. Proposals are due by July 11, 2025, and interested vendors should direct inquiries to Jill Warye at jill.warye@us.af.mil or David Lovett at david.lovett@us.af.mil.

    Files
    Title
    Posted
    MacDill Air Force Base has issued a sources sought notice under Request for Quotation (RFQ) number FA481425TF005 for Local and Long-distance Commercial Communications Services as part of a potential small business set-aside program. They seek input from businesses of all sizes to determine interest and capability, as well as socio-economic categories. Interested vendors must provide a capabilities package that includes their Unique Entity ID, Cage Code, company size, relevant business status, and examples of similar services provided. Vendors should indicate whether they are suppliers or manufacturers and disclose any associated teaming arrangements. Additionally, it is essential for all contractors to be registered in the System for Award Management (SAM). Responses are due by January 8, 2025, at 1:00 PM EST. Future updates regarding the acquisition will be provided through GSA or SAM.gov, and it is the responsibility of interested parties to stay informed.
    The document is a combined synopsis/solicitation (RFP number FA481425TF005) issued for telecommunications services at MacDill AFB, Florida, covering various charge categories over a specified performance period (POP). The competitive submission is open to all vendors under the NAICS code 517111, with a size standard of 1,500 employees. Contractors are required to provide both non-recurring and recurring telecommunication services for specified months spanning from August 2025 to February 2030, with options for extensions evaluated at award. Proposals must include specific documentation, technical drawings, and comply with FAR provisions regarding submission timelines and evaluation criteria, which prioritize price and technical capability. The evaluation process seeks the lowest priced technically acceptable offer. Additionally, guidelines for contractor access to the installation and health and safety standards are outlined, emphasizing the necessity for compliance with security protocols. The document specifies proposal submission deadlines and procedures for addressing inquiries, ensuring that only registered companies in the System for Award Management are considered for the contract. Overall, it illustrates the government’s structured approach to procurement, ensuring transparency and fairness in awarding contracts.
    The document outlines a Request for Proposal (RFP) FA481425TF005 issued by the U.S. government for telecommunications services at MacDill Air Force Base in Florida. It is intended for contractors to provide local and long-distance telecommunications services in accordance with the Performance Work Statement (PWS). The RFP is open to all businesses under NAICS code 517111, with a total contract duration of up to 6 years, including options for extended service if necessary. Key evaluation criteria include technical capability and pricing, where the lowest priced technically acceptable offer will be favored. Proposals must be submitted by July 16, 2025, with all inquiries directed to designated emails by June 19, 2025. The document also highlights compliance requirements with federal regulations, including registration with the System for Award Management (SAM) and health and safety standards on government installations. The RFP intends to streamline the process of telecommunications procurement, ensuring adherence to government standards while providing essential services at the designated military installation.
    The Performance Work Statement (PWS) outlines the requirements to provide local and long-distance commercial communications services at MacDill Air Force Base, Florida. The document addresses the transition from legacy Time-Division Multiplexing (TDM) systems to Internet Protocol (IP) technologies mandated by the Department of Defense, aiming to modernize communications infrastructure by utilizing Session Initiation Protocol (SIP) trunking. Key objectives include procuring and managing 30,100 telephone numbers that facilitate 368 local and 184 long-distance simultaneous calls, maintaining service continuity during outages, and adhering to FCC and DoD standards. The contractor must perform installation and maintenance tasks, ensure compliance with safety and environmental regulations, and provide technical support. The PWS details service outage procedures categorizing them into scheduled, unscheduled, emergency, serious, and routine options, with specific response and restoration timeframes. An emphasis is placed on maintaining high availability (99.9%), customer service records updates, and providing diversity in routing through separate transmission paths. This document serves as a comprehensive guide for contractors in submitting proposals for effectively enhancing the communication capabilities necessary for mission-critical operations at the Air Force base, ensuring operational readiness and adherence to the military's stringent communication standards while promoting efficiency and quality.
    The document outlines the evaluation criteria for contracts involving commercial products and services within the federal procurement process. The primary objective is to award contracts to responsible offerors based on the most advantageous offers, considering price and technical capability. The evaluation criteria consist of two main factors: 1. **Price**: Offers will be ranked by Total Evaluated Price (TEP), calculating costs across a six-month base period, four one-year options, and a six-month extension. 2. **Technical Capability**: Offerors must demonstrate their ability to provide Session Initiation Protocol (SIP) Trunking, manage telephone number provisioning for extensive concurrent calls, ensure quick installation without service interruptions, and adhere to various restoration and standards compliance requirements, including E911 services and diverse routing paths. Additionally, the government evaluates total costs of options alongside the basic requirement while reserving the right to reject unbalanced proposals. The documentation results in a binding contract upon acceptance, signifying the Federal Acquisition Regulation (FAR) compliance framework under which these solicitations operate. This structured approach ensures a fair and detailed assessment, aligning with government procurement objectives.
    The provided government document outlines a comprehensive contract for telecommunications services at MacDill Air Force Base, Florida. The contract includes a series of Communication Line Item Numbers (CLINs) detailing both non-recurring and recurring charges for various services. Key services stipulated involve long-distance and local commercial communications, installation plans, traffic analysis, customer service records, and directory number management. The contract is structured into multiple phases: a base year of six months followed by four option years, with detailed pricing summaries for each phase. Notably, the document lists quantities for various telecommunications services but shows zero pricing, indicating either a placeholder for future adjustments or a preliminary budget outline. This contract serves as a federal request for proposals, setting forth the framework and expectations for service providers to ensure proper telecommunications infrastructure and support at the base. It emphasizes compliance with specified requirements and organizational needs to facilitate effective communications for military operations. Overall, this document reflects the government's systematic approach to securing essential communication services through structured contracts and pricing models.
    This document outlines a Request for Proposal (RFP) for telecommunications services at MacDill Air Force Base, Florida, spanning several contract years. It details various Contract Line Item Numbers (CLINs) for both non-recurring charges (NRC) and monthly recurring charges (MRC) related to long-distance and local commercial communication services, installation plans, and traffic analysis, among others. The pricing structure captures essential items such as subscriber lines, service reports, and transport channels, but notably, all monetary values are indicated as zero. The contract includes a base year of six months and several option years, emphasizing flexibility in service duration. It highlights the requirement for specific plans like the installation and cutover plans, as well as ongoing traffic analysis. The document stresses the importance of customer service records and provides summary pricing for each contract year while uniquely stating that the projected costs are currently uncalculated or to be determined. As part of federal contracting procedures, this RFP aims to acquire the necessary telecommunications infrastructure for military operations at MacDill AFB, ensuring compliance with government standards and the effective provision of services required by military personnel.
    The document encountered cannot be accessed due to its protection status, preventing an analysis of its content related to federal RFPs, grants, or state/local requests. Consequently, it is impossible to summarize or extract any key ideas or supporting details. To proceed, a compatible PDF reader is required to unlock and view the file's contents. Once accessed, the main topic, key points, and document structure can then be identified and summarized accordingly. Without this access, the purpose of the file remains unclear, hampering any further steps to analyze or synthesize information relevant to government funding or project proposals.
    This document outlines the key clauses and provisions included in federal and state/local Requests for Proposals (RFPs) and grants, particularly focusing on compliance requirements for contractors engaged with the Department of Defense (DoD). It specifies various incorporated clauses that address topics such as compensation for former DoD officials, whistleblower rights, handling of covered defense information, acquisition restrictions related to telecommunications equipment, and procurement practices concerning certain regions like the Xinjiang Uyghur Autonomous Region and the Maduro regime. The text emphasizes the importance of safeguarding sensitive information, stipulations relating to contract payments, essential contractor services during crises, and provisions for electronic invoicing through Wide Area Workflow (WAWF). The inclusion of certifications regarding business status (e.g., small businesses, veteran-owned businesses) and compliance with labor regulations is noted, along with provisions preventing contracts with entities involved in specific restricted activities. The document serves as a comprehensive guide to ensure contractors understand and adhere to federal requirements when bidding on government contracts, promoting transparency, accountability, and ethical business practices.
    The document outlines the Statement of Work (SOW) for providing local commercial communications services at MacDill Air Force Base, as mandated by the Department of Defense. The primary objective is to transition from legacy analog telecommunication systems to a modern Internet Protocol (IP) framework by March 2025, aligning with broader digital modernization efforts. The contractor is tasked with upgrading the communication infrastructure, which includes procuring over 20,000 telephone numbers to facilitate local and long-distance calls. Services must be compatible with existing infrastructures and include emergency and directory assistance, adhering to various regulatory standards. Key requirements include site surveys, installation plans, and transport services for various types of communication circuits. The contractor must also conduct ongoing maintenance and restore service promptly in the event of outages. Compliance with safety, environmental, and security regulations is mandatory throughout the project. The overarching goal is to enhance the operational integrity and efficiency of communications for the 6th Communications Squadron and its mission partners, ensuring robust and reliable telecommunication services at MacDill AFB.
    The document outlines the Performance Work Statement (PWS) for providing local and long-distance commercial communication services at MacDill Air Force Base (AFB), Florida, set to be upgraded by June 30, 2025. It emphasizes the transition from legacy Time-Division Multiplexing (TDM) infrastructure to Internet Protocol (IP) systems to enhance operational efficiency and security per the Department of Defense's directive. Key objectives include procuring 30,100 telephone numbers for seamless service and ensuring all equipment complies with regulatory standards. The contractor will be responsible for installing and maintaining communication infrastructure while adhering to strict outage procedures, categorized by priority level (catastrophic, emergency, serious, and routine) to ensure rapid response and service restoration. The document also details requirements for transmission facilities, compliance with safety and security protocols, staff background checks, and environmental assessments before work commencement. It mandates a quality control plan to ensure service standards and regular traffic analysis to optimize capacity. The project aims to maintain high service availability and integrate effectively with existing systems, ensuring essential communication for military functions continues uninterrupted.
    The document serves as a series of questions and answers related to a Request for Proposals (RFP) for telecommunications services at MacDill Air Force Base. The primary objective is to migrate existing telecommunication lines to provide Session Initiation Protocol (SIP) capabilities, including a shift from analog and digital lines to modern solutions. Key inquiries address specifics about service requirements, infrastructure, and the timeline for installation, while also clarifying previous contract terms and details about analog lines that must remain operational. The document identifies discrepancies in inventory counts for subscriber lines and PRI circuits, and it seeks to confirm the details of address locations for telecommunications infrastructure. Furthermore, it addresses scheduled outages, the provision of local telephone directories, and the desired format for these directories. A significant emphasis is placed on compliance with Trade Agreements Act (TAA) and includes clarification on the monthly usage of long-distance minutes. This document is crucial for ensuring that all requirements are understood and met in the bidding process, aimed at enhancing telecommunications efficiency for government operations at the base.
    The document outlines questions and answers pertaining to a Request for Proposal (RFP) related to telecommunication services for MacDill Air Force Base. Key topics include the clarification of technical specifications for transport channels, confirmation of local telephone service needs, and the transition from existing analog lines to SIP technology. The RFP indicates the need for a range of services, including long distance calling capabilities and dedicated circuits for specific buildings. Important details include requirements for notification periods regarding scheduled outages, the request for local phone directories, and geographic coordination between buildings. The government aims to maintain a certain level of existing services while migrating to new technology, as outlined in the Performance Work Statement (PWS). Responses indicate that this is a new contract and elaborate on the differences between customer service lines and exchange access trunks, emphasizing installation timelines and operational deadlines. Companies bidding on this RFP need to pay close attention to the transition strategies and logistical requirements outlined in the document while ensuring compliance with applicable federal regulations. The completion of transition tasks to the new service provider is expected within 45 days post-award, with a target operational date set for October 2025.
    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.
    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.
    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.
    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.
    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.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    Teams Integration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the integration of Microsoft Teams as part of its IT and telecom network support services. This procurement aims to enhance communication and collaboration capabilities within the organization, reflecting the increasing reliance on digital communication tools in military operations. Interested vendors should direct their inquiries to Patrick L. Doyle at patrick.doyle@usmc.mil or by phone at 760-830-5115 for further details regarding the submission process and any associated deadlines.
    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.
    Avaya Aura Class J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to acquire Avaya Aura Voice Over Internet Protocol (VOIP) hardware, software, licenses, and maintenance for the Air Force Base telephone infrastructure through a brand-name Class Justification and Approval. This procurement is limited to a specific brand name in accordance with FAR 8.405-6(b)(1), indicating that the items are unique to one manufacturer. The opportunity is crucial for maintaining and enhancing the existing telecommunications infrastructure, ensuring reliable communication capabilities for the Air Force. For further inquiries, interested parties can contact Nicole R. Barnes at nicole.barnes.5@us.af.mil or Adriana Obregon at adriana.obregon.2@us.af.mil, noting that this announcement is for informational purposes only and does not constitute a solicitation.
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.