Local Voice and Data Circuits for Fort Wainwright, AK.
ID: W91RUS25QA012Type: 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 contractors to provide local voice and data circuits for Fort Wainwright, Alaska, through a Request for Quote (RFQ) under solicitation number W91RUS25QA012. The procurement involves delivering local exchange access and transport services, including emergency E911 services, with stringent requirements for installation, maintenance, and service restoration times as outlined in the attached Statement of Work (SOW). This contract is critical for ensuring reliable communication services for official Government use, with a performance period spanning a base year and four option years. Interested parties must submit their quotations, including proof of certification as a facilities-based carrier in Alaska, to the Contracting Officer, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The acquisition is not set aside for small businesses, and the evaluation will consider price, technical capability, and past performance.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, W91RUS-25-Q-A012, is a price quotation for services at Fort Wainwright, AK, dated August 26, 2025. It outlines cutover, non-recurring, and monthly recurring charges across a base year and four option years. The document details various CLINs (Contract Line Item Numbers) and SLINs (Sub-Line Item Numbers) for services such as installation, cutover plans, communication service records, trunking traffic studies, direct in-dial directory numbers, commercial subscriber lines, and E911 services. Many items are listed as 'NSP' (Not Separately Priced) for non-recurring charges, while recurring services like DID directory numbers, commercial subscriber lines, and E911 CAMA are shown with unit prices of $0.00 and specified quantities across the years. The quotation clarifies that non-recurring charges are one-time expenses for additional services, and monthly recurring charges maintain existing services, with unit prices reflecting a one-month duration.
    This Statement of Work (SOW) outlines the requirements for a Contractor to provide local exchange access and transport services, including inter/intra-Local Access Transport Area (LATA) interconnect functions, to Fort Wainwright, AK. The services must be limited to official Government use and include emergency E911 services. The Contractor is responsible for all necessary transmission facilities, equipment, materials, maintenance, and design. Key aspects include installation and cutover procedures, providing commercial subscriber lines with basic and additional features, CENTREX features, and various exchange access trunks and transport services (analog, ISDN, DS-1, DS-3, OC-1, OC-3, with expansion capabilities). Circuit termination, testing, local service areas, number portability, and designated demarcation points are also detailed. The SOW specifies stringent service restoration times for different outage classifications (Catastrophic, Emergency, Serious, Routine) and mandates diversity for critical services. Future service installation/disconnection timeframes are provided, along with requirements for traffic analysis, customer service records, and contract management. The Contractor must comply with all applicable safety, health, environmental, and federal/state/local regulations, including hazardous material handling and accident reporting. Appendix 10 lists the specific services required at cutover for Fort Wainwright, including active DID directory numbers and E911/ISDN PRI trunks.
    The government file outlines a price quotation related to a telecommunications cutover project at Fort Wainwright, Alaska, referenced by RFP W91RUS-25-Q-A012 dated June 23, 2025. The document includes estimates for non-recurring and recurring operational expenses associated with the installation and cutover plans. It details various items categorized under different Contract Line Item Numbers (CLINs), specifying quantities and prices, though all dollar amounts are noted as $0.00 or marked as “NSP” (not separately priced), indicating that cost structures are either not finalized or under negotiation. Key components include service records, traffic studies, and bandwidth studies, which are essential to fulfill the Statement of Work (SOW). The summary highlights that the document focuses on determining the financial framework for essential telecommunication services and infrastructure improvements at a federal installation, ensuring compliance with government procurement processes. Overall, the file emphasizes the planned cutover’s billing arrangements, specifying that these will incur both one-time and ongoing costs associated with enhanced services, underscoring the importance of structured pricing in government contracts.
    The Statement of Work (SOW) delineates requirements for a Contractor to provide local exchange access and transport services for the U.S. government. The scope includes the provision of transmission facilities, equipment, maintenance, and services such as operator and directory assistance, while explicitly excluding services for non-government entities. The document references a comprehensive set of regulatory and technical standards that the contractor must adhere to ensure quality and performance. Key requirements include the installation and cutover of services within 120 days of government plan acceptance, offering basic and additional features for commercial subscriber lines and exchange access trunks. The contractor is also responsible for emergency E911 services, number portability, and maintaining customer service records. Moreover, it specifies the division of responsibilities concerning demarcation points, installation standards, service restoration timelines for outages, and safety protocols in compliance with federal regulations. The appendix details specific services required at the cutover, citing Fort Wainwright, AK, as a primary installation site. Overall, the document aims to ensure reliable communication services are extended to government facilities in adherence to prescribed operational standards, while maintaining disaster recovery processes and safety regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Local Exchange Services for Fort Leavenworth, KS.
    Buyer not available
    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.
    J&A-Base Operations Support Services Bridge Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services for Fort Wainwright and its subordinate locations in Alaska. The procurement aims to fulfill a requirement under unusual and compelling urgency, as justified in accordance with FAR 6.302, which necessitates the services to be provided without full and open competition. These services are critical for maintaining operational readiness and supporting the daily functions of military installations. Interested parties can reach out to Elisse Teachey at elisse.s.teachey.civ@army.mil or by phone at 808-787-5588, or Keely Pool at keely.k.pool.civ@army.mil or 808-787-8807 for further details.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    Local Exchange Services for the McAlester AAP, OK.
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    Fiber J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN WY AND CO.
    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 10GB WAVE service between Wyoming and Colorado. This procurement is classified as a controlled access requirement, necessitating that interested entities possess a DITCO Basic Agreement and submit a request for access that includes their UEI or CAGE code for verification. The telecommunications services sought are critical for enhancing communication capabilities within the defense sector, and the solicitation is structured as a request for quote (RFQ) with a focus on commercial products and services. Interested parties must submit their quotes by the specified deadline, and for further inquiries, they can contact Angelina Hutson or Jennifer Voss via their provided email addresses.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN WY AND CO
    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 10GB WAVE service between Wyoming and Colorado. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process, with all proposals due by the specified deadline outlined in the attached solicitation. Interested vendors must have a DITCO Basic Agreement and can contact Angelina Hutson or Jennifer Voss via email for further information.