Air National Guard Voice Switching System (VSS) AMD 0005
ID: HC1084R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL84SCOTT AFB, IL, 62225-5406, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the replacement of the Voice Switching System (VSS) across 105 Air National Guard (ANG) sites, as outlined in solicitation number HC108425R0002. The project aims to replace outdated Avaya 8800 CM7 systems, ensuring compliance with current E911 laws and enhancing telephony management capabilities, while providing necessary training and project management documentation. This initiative is critical for maintaining operational readiness and improving communication infrastructure within military installations. Proposals are due by April 16, 2025, with inquiries directed to Kevin L. Poore at kevin.l.poore.civ@mail.mil or Jennifer L. Kinser at jennifer.l.kinser3.civ@mail.mil.

Files
Title
Posted
Apr 14, 2025, 2:05 PM UTC
The document pertains to a Request for Proposal (RFP) from the Defense Information Systems Agency for the ANG Voice Switching System & Subsystems (Solicitation Number HC108425R0002). It outlines the contractor's obligations to complete a pricing template, including necessary contractor information, detailed pricing per Contract Line Item Numbers (CLINs), and a summary tab for government verifiability. Offerors are instructed to confirm the accuracy of the pricing template and may provide supporting documentation if required. Travel costs will utilize standardized 'plug' numbers due to estimation uncertainties, while additional materials for 37 required subsystem solutions will also be estimated. The document includes several firm fixed price CLINs for services such as project management, equipment solutions, training, site surveys, and network services, all crucial for the project's evaluation. Evaluation metrics are based on a sample site designed to multiply average costs across multiple locations, emphasizing the importance of accurate and detailed submission from the contractors to comply with the Government's standards. This RFP aims to enhance telecommunications capabilities through a systematic and structured approach to contractor bidding and proposal submissions.
Apr 14, 2025, 2:05 PM UTC
The document outlines the requirements for the procurement of the ANG Voice Switching System and related subsystems, identified by Solicitation Number HC108425R0002. Offerors must complete a government-issued pricing template, providing contractor information, detailed pricing for all Contract Line Item Numbers (CLINs), and a final summary to facilitate verification of pricing. The solicitation specifies that due to unpredictable travel costs, fixed “plug” amounts for travel expenses must be used in proposals. Additionally, respondents must consider potential materials needed at sites, calculating prices based on an expected workload involving 67 sites for the base period. The pricing elements include CLINs for project management, equipment solutions, training, site surveys, network services, and travel, all categorized under firm fixed price. Offerors are encouraged to list out all labor categories associated with each project task in detail, ensuring transparency and traceability in the proposal. This solicitation represents the government’s aim to acquire a robust voice switching system that meets specified operational capabilities while ensuring cost-effectiveness and compliance with federal acquisition standards.
Apr 14, 2025, 2:05 PM UTC
The document outlines the Request for Proposal (RFP) for the Voice Switching Systems & Subsystems (VSS3) Replacement project, aimed at upgrading the existing Avaya 8800 CM7 systems at various Air National Guard (ANG) sites facing critical failure. The key goals include ensuring compliance with E911 laws, enhancing telephony management systems, and replacing outdated equipment throughout 105 sites. The contractor will conduct site surveys, remove legacy hardware, install new systems, and ensure network readiness. The project emphasizes technical specifications such as voice trunking, call recording, and compliance with cybersecurity regulations. Performance standards mandate thorough testing and training for government personnel post-installation. The anticipated period for project completion spans 1095 days from contract award, with on-site activities prioritized by the ANG. The contractor's adherence to quality assurance standards is fundamental, with a focus on minimal disruption to users throughout the implementation process. Ultimately, the initiative aims to modernize ANG communication capabilities while ensuring operational readiness and compliance with current regulations.
Apr 14, 2025, 2:05 PM UTC
The document is an amendment to a government solicitation, primarily aimed at updating key details concerning an upcoming contract. It addresses responses to vendor inquiries and modifies proposal submission timelines, extending the proposal due date to March 27, 2025. Critical revisions include the removal of certain clauses and the inclusion of non-Government advisors in the proposal evaluation process. It emphasizes the necessity for contractors to submit their proposals with specific content requirements, including pricing templates and technical descriptions, while adhering to page limits and formatting guidelines. The document states that submissions should demonstrate a solid understanding of the solicitation's requirements and outlines criteria for evaluating offers. Each volume of the proposal is defined, detailing expectations for technical management, price, subcontracting plans, and contract documentation. The amendment reinforces compliance with social equity and labor standards while clarifying flow-down requirements for subcontracts. Key deadlines for submitting questions and proposals are highlighted, establishing clear communication channels with contracting officers. Overall, the amendment reflects the government’s intent to streamline the procurement process while ensuring thorough evaluation of contractor capabilities.
Apr 14, 2025, 2:05 PM UTC
The document details an amendment (HC108425R0002) to a solicitation related to the Voice Switching Systems & Subsystems (VSS) Replacement project for the Air National Guard. The amendment extends the proposal submission deadline to April 16, 2025, and incorporates a revised Performance Work Statement (PWS) along with updates to specific solicitation terms. The main goal of the project is to replace outdated Avaya 8800 systems at 104 sites due to their critical failure status and non-compliance with Department of Defense standards. The objectives include installing a new VSS that meets regulatory requirements for emergency services, ensuring seamless integration with existing systems, and providing the necessary training for staff. A comprehensive project management plan is required, and contractors must conduct site surveys to assess readiness and confirm specifications. The contractor will also ensure cybersecurity compliance and provide detailed documentation throughout the process. Additionally, the scope includes specific performance requirements, testing protocols, and deliverables relevant to system functionality, hardware installation, and user training. This initiative demonstrates the government's commitment to maintaining operational efficiency and safety in voice communications for the ANG.
Apr 14, 2025, 2:05 PM UTC
The document is an amendment to a federal solicitation for a specific contract, identified as HC108425R0002. The primary purpose of this amendment is to provide an updated Pricing Template, particularly changes to the training and site survey tabs. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged and in full effect. The amendment extends the deadline for contractors to acknowledge receipt of this modification but does not alter the submission date for offers. Contractors must acknowledge the amendment via specified methods to ensure their offers are considered valid. Overall, this amendment reflects procedural updates essential for maintaining clarity and compliance within the solicitation process, important for effective contract management in federal contracting scenarios.
Apr 14, 2025, 2:05 PM UTC
The document is an amendment to a solicitation concerning the Voice Switching Systems & Subsystems (VSS) Replacement for the Air National Guard (ANG). It includes several updates to the Performance Work Statement (PWS) and attachments, such as a revised pricing template and a new questions and answers format with government responses. The proposal deadline has been extended to April 10, 2025. The project aims to replace outdated telecommunications systems at 104 ANG sites, addressing critical failures in the Avaya 8800 CM7 model, which is officially deprecated. The contractor will be responsible for the installation of new hardware and software, the implementation of telephony management systems, and ensuring compliance with relevant laws, including those related to emergency services. Key objectives include maintaining current services during the transition, coordinating training for site personnel, conducting site surveys, and producing various necessary documentation. The terms emphasize that contractor proposals must present a comprehensive project management plan, conduct site surveys, and ensure minimal disruption to existing operations. The importance of cybersecurity compliance throughout the project is also highlighted. Overall, this document serves as a guideline for prospective contractors in responding to the solicitation and executing the project effectively.
Apr 14, 2025, 2:05 PM UTC
The document outlines Amendment HC108425R0002 for the solicitation regarding the replacement of Voice Switching Systems & Subsystems (VSS3) within the Air National Guard (ANG). The amendment introduces a security requirement to the Performance Work Statement (PWS) and extends the timeline for proposal submissions. The primary goal is to replace outdated Avaya 8800 CM7 systems across 105 ANG sites, which are nearing critical failure due to being designated End of Support (EOS) and End of Life (EOL). The contractor must implement new telephony solutions compliant with federal regulations such as Kari’s Law and the Ray Baum's Act while ensuring minimal disruption during installation. Key tasks include conducting site surveys, installing new equipment, ensuring cybersecurity compliance, and providing necessary training for government personnel. The contractor will manage the entire project, provide detailed documentation, and ensure that all hardware and software meets specified requirements. The completion deadline is set for 1095 days post-contract award, and all work must be performed within parameters established by the U.S. Government. The amendment highlights the government’s commitment to maintaining operational continuity while enhancing telecommunication capabilities.
Apr 14, 2025, 2:05 PM UTC
The document compiles a list of Wings and Groups within the National Guard and Air National Guard across various states and facilities. Each entry includes the specific unit designation (e.g., "102 IW," "103 AW") and the associated location, providing a comprehensive overview of military installations, including Airbases and ANG Bases situated from Maine to California and territories such as Puerto Rico and the U.S. Virgin Islands. The detailed enumeration serves as a reference for federal, state, and local RFPs and grants, reflecting organizational structure within the National Guard. Emphasizing support for ranging military roles, the file assists in mobilizing resources and coordinating operations across diverse geographic and administrative areas, ultimately contributing to national defense and local community engagement. The document indicates the importance of clearly delineating military installations for strategic planning and operational readiness.
The document outlines a comprehensive list of military units and their locations, primarily involving Wings and Groups across various states in the United States. It details information about Air National Guard units, specifying bases and cities associated with each unit, including notable locations such as Bangor, ME; Jacksonville, FL; and Newburgh, NY. The entries are organized by unit designation, such as Wing or Group, and indicate both the type of unit and its geographical placement. This categorization allows for easy identification of military infrastructure across the nation, which may be relevant in the context of government RFPs, federal grants, and state and local proposals seeking to engage with or support these military entities. The structure presents the data in a straightforward format, enabling quick reference for stakeholders interested in military resources or collaborations with associated agencies. Overall, this file serves as an inventory of critical military installations that could inform various government contracting opportunities or community engagement initiatives.
Apr 14, 2025, 2:05 PM UTC
The document outlines the requirements for the ANG Voice Switching System & Subsystems solicitation, specifically numbered HC108425R0002. Offerors must complete a government-provided template, which includes sections for contractor details, pricing for various Contract Line Item Numbers (CLINs) such as Program/Project Management, VSS Equipment, Training, and Network Services. The offeror is responsible for ensuring the accuracy of the pricing information across all tabs and may include additional rows or columns as needed. Due to anticipated discrepancies in travel cost estimations, Offerors are instructed to propose fixed “plug numbers” for budgeting purposes. The evaluation timeframe encompasses three periods: Base Year, Option Year One, and Option Year Two, detailing both total evaluated prices and estimated costs for various labor categories based on specified site quantities. The requirements emphasize transparency in pricing, accurate documentation of labor hours, and compliance with Federal Acquisition Regulation clauses, reinforcing the government's commitment to obtaining comprehensive and reliable proposals for the project.
Apr 14, 2025, 2:05 PM UTC
The document outlines the requirements for submitting a proposal in response to the federal solicitation number HC108425R0002 for the ANG Voice Switching System & Subsystems. Offerors are instructed to complete a provided pricing template, including contractor information, pricing details for each Contract Line Item Number (CLIN), and a summary tab for verification purposes. The contractor must ensure accuracy across all spreadsheet elements and may add rows if necessary. Unique considerations include proposing estimated travel costs, quoting site evaluations for a base period and two option years, and specifying various services such as program management, equipment solutions, training, site surveys, and network services. Additionally, the evaluation process considers the average site requirements across multiple locations, which reflect the range of projected needs for the contract duration. The document fosters transparent pricing and comprehensive documentation for compliance with federal contracting standards, emphasizing the importance of detailed proposals in meeting government requirements.
The DISA Subcontracting Plan Review Checklist serves as a comprehensive guide for contractors in preparing subcontracting plans in compliance with federal regulations. The document outlines required elements for these plans, focusing on percentages and dollar amounts dedicated to small businesses across various categories, including small disadvantaged, women-owned, HUBZone, and veteran-owned businesses. It mandates that contractors detail their methods for establishing subcontracting goals, identify potential sources, and maintain records reflecting compliance with plan requirements. The checklist also stresses the importance of good faith efforts to engage small businesses and timely payments to subcontractors. Contractors are required to include the significance of cooperation in reporting subcontracting achievements and to adhere to record-keeping standards that demonstrate compliance with subcontracting goals and outreach efforts. An evaluation mechanism is integrated, allowing for reviews and ratings of plans as acceptable or unacceptable based on their compliance and commitment to involving small businesses in subcontracting opportunities. This checklist is vital for ensuring adherence to federal goals for small business participation in government contracting, ultimately promoting economic opportunities and equitable participation within the contracting community.
Apr 14, 2025, 2:05 PM UTC
The Defense Information Systems Agency has established a non-disclosure agreement for contractor personnel to safeguard sensitive information encountered during contract execution. The document emphasizes the volunteer’s commitment to protect proprietary data, including contractor bids, personally identifiable information, and other confidential materials, from unauthorized disclosure. It highlights that violators may face legal consequences under federal law, including administrative and criminal penalties. Additionally, the agreement clarifies that employees remain bound to the confidentiality obligations even after contract completion, necessitating the return of sensitive data to the U.S. Government. Exceptions to this non-disclosure include mandated disclosures to Congress or in response to lawful orders. This agreement underscores the importance of protecting sensitive information within government contracts and aligns with various legal protections against unauthorized disclosures, reflecting its critical role in maintaining national security and organizational integrity. Overall, the document serves to ensure compliance and accountability among contractors handling sensitive government data, reinforcing proper procedures for information protection.
The document outlines a federal Request for Proposal (RFP) regarding the upgrade and replacement of the Voice Switching System (VSS) across 105 sites within the Air National Guard (ANG). Key components of the required solution include technical specifications for IP telephony, site surveys prior to equipment installation, compliance with security requirements, and integration with existing systems. The RFP emphasizes the need for cost proposals based on at least a 1-year licensing agreement for all new equipment and software, and mandates alignment with Defense Information Systems Agency (DISA) Cybersecurity standards. Furthermore, the document details specific installation requirements, including the implementation of 9-1-1 notification systems compliant with Kari’s Law and Ray Baum’s Act, and outlines the government’s expectation for contractors to conduct comprehensive site surveys to assess readiness and verify system requirements. The timeline for proposal submissions is set, reflecting the complexity of the project and its broad scope to enhance communication infrastructure across military installations. Additionally, updates to the proposal process and clarifications of site-specific expectations are recurrent themes, addressing vendor queries to ensure accurate and compliant proposals.
The document outlines the Q&A process related to the Request for Proposals (RFP) No. HC108425R0002, focusing on expediting the resolution of inquiries, comments, and recommendations from potential bidders. It provides a structured spreadsheet format for submissions that includes columns for page numbers, section references, relevant clauses, and a description of the inquiries. Key issues highlighted include confirmation of proposal due dates, corrections to notice IDs, and the removal of specific clauses related to merit-based contracting policies. Additionally, questions about the compliance requirements for VoIP phones are noted. Overall, the RFP amendment aims to clarify discrepancies and ensure adherence to updated policy alerts, facilitating a transparent and organized bidding process for participants.
Apr 14, 2025, 2:05 PM UTC
The provided document outlines specific instructions for contractors responding to RFP HC108425R0002. It emphasizes the importance of maintaining document format and completing the designated "Q&A" spreadsheet with inquiries, comments, and recommendations. The Q&A section requires precise entries, including the RFP page number, applicable section/paragraph, and any pertinent CLIN, Clause, or Attachment references. Contractors are instructed to categorize their submissions to facilitate sorting and processing. All issues or questions must be directed to a specified email address. This structured approach is designed to streamline communication between contractors and the government, ensuring that all parties understand and can address any concerns efficiently, which is essential for compliance with federal RFP processes and state/local grants. Ultimately, the document serves as a guide for contractors to effectively engage with the RFP requirements and promote clarity during the bidding process.
The document concerns Request for Proposals (RFP) HC108425R0002, highlighting discrepancies and amendments pertinent to the solicitation process. Key points include a clarification on proposal due dates, establishing that proposals are due on March 27, 2025, while questions must be submitted by March 13, 2025. Several amendments (AMEND 0001) rectify data such as the Corrected Notice ID and modifications to various clauses, particularly concerning small business considerations. Despite a request to set the contract aside for small businesses, the government has decided to keep the solicitation unchanged. Additionally, multiple clauses were removed in compliance with Policy Alert 25-016 Class Deviation, aimed at restoring merit-based opportunities in federal contracts. This summary encapsulates important operational timelines and procedural adjustments during the RFP process, emphasizing adherence to updated policies and maintaining structural integrity for federal contracting opportunities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FY25 CS Voicemail
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Callegra Level Two Voicemail Sustainment services at Fairchild Air Force Base in Washington. The procurement involves the provision of specific software and support, including free upgrades to the Callegra UC software as they become available on the Department of Defense Approved Products List (DoD APL). This initiative is crucial for maintaining reliable communication infrastructure and enhancing operational efficiency within federal operations. Interested vendors should contact Ryan A Moffett at ryan.moffett@us.af.mil or 509-247-8137, or Branden Lawson at branden.lawson@us.af.mil or 509-247-2163 for further details regarding the Request for Quote (RFQ) identified as FA462025QA944, which includes specific technical requirements and performance criteria.
Giant Voice Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking small businesses to provide an upgrade to the Giant Voice System at the Pittsburgh 911th Airlift Wing. The project involves engineering, designing, furnishing, installing, and testing a new radio frequency communication infrastructure, which includes new RF communication equipment and the optimization of existing siren structures to enhance emergency communication capabilities. This upgrade is critical for ensuring intelligible voice coverage for the base populace and must be completed within 180 calendar days from the award date, adhering to safety and environmental regulations. Interested vendors must submit quotes by April 29, 2025, and direct any questions to Paul Davisson at paul.davisson@us.af.mil by April 23, 2025.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND AND (BLDG) 1668, (ROOM) 1021, 1668 PORTER STREET, FT DETRICK, MD(FTDETRCK/CCI).
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 channelized OC-12 telecommunications service between Carlisle Barracks, PA, and Fort Detrick, MD. This procurement aims to establish a reliable telecommunications infrastructure that operates 24/7 with a minimum reliability threshold of 99.5%, ensuring effective communication between military locations. Interested vendors must adhere to stringent technical requirements, including conducting site surveys and providing detailed installation plans, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by April 23, 2025, with the service expected to be operational by August 21, 2024; for further inquiries, vendors can contact Jennifer Voss or Angelina Hutson via email.
58--FLIGHT DECK MISSION
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight deck mission intercommunication and public address system, identified by NSN 0R-5831-016927541-P8. The requirement involves a quantity of one unit, with delivery terms set as FOB Origin, and is critical due to the unstable design of the part, which necessitates government source approval prior to contract award. This procurement is essential for maintaining operational capabilities, as the item is flight critical and has demonstrated marginal performance, leading to anticipated major design changes. Interested vendors must contact Patrick Horan at (215) 697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL for further details, and proposals must be submitted within 45 days of this notice, with specific documentation required for those not previously approved as sources.
Local & Long Distance Commercial Telecommunication Services Conversion
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract to convert Local Telecommunication Services (LTS) from low-speed time-division multiplexed (LSTDM) circuits to emulated Session Initiation Protocol (SIP) circuits at the Springfield-Beckley Air National Guard Base and Blue Ash Air National Guard Base in Ohio. The contractor will be responsible for providing all necessary labor, tools, materials, and services to ensure a seamless transition to the new SIP technology, which is crucial for maintaining operational efficiency and 24/7 service availability. This opportunity is set aside 100% for small businesses under NAICS code 517111, with a contract duration of 12 months and four optional renewal years. Interested parties must submit their quotes by May 12, 2025, at 2:00 PM EST, and can direct inquiries to TSgt Samantha McKinney at samantha.mckinney.1@us.af.mil or Daniel Nuttall at daniel.nuttall.2@us.af.mil.
DG11--Consolidated Communication (VA-25-00066743)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors for a consolidated communication initiative, specifically for next-generation local exchange carrier services under solicitation number VA-25-00066743. The procurement aims to centralize and enhance telecommunications services across the VA's 48 medical centers and numerous satellite offices, focusing on improving service efficiency and reducing costs through reliable voice and data services. Interested parties must submit a Vendor Capabilities Statement and complete a market research workbook by April 17, 2025, to inform a potential future solicitation. For further inquiries, vendors can contact Contract Specialist Christopher McKenney at christopher.mckenney@va.gov or by phone at 848-377-5075.
Market Survey Notice for Procurement of AN/VIC-3
Buyer not available
The Defense Logistics Agency (DLA) is conducting a market survey to identify potential sources for the procurement of parts essential for the AN/VIC-3 Vehicle Intercommunication System (VIS), which is critical for Army vehicle operations. The agency seeks manufacturers or distributors capable of supplying specific National Stock Numbers (NSNs) related to control intercoms and loudspeakers, which are integral to the Army's communication systems in ground vehicles. These items are vital for mission success and are utilized across various military vehicles, from light armored HMMWVs to up-armored Abrams tanks. Interested parties must submit their capabilities, including documentation on First Article Testing and previous government contracts, by April 18, 2025, to the designated contacts: Nick Youn at nick.youn.civ@army.mil and Chris Holzer at christopher.m.holzer.civ@army.mil.
FY25 GV Repeaters
Buyer not available
The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry feedback for the replacement of the repeater supporting the Maxwell-Gunter Giant Voice Emergency Notification System. This procurement aims to replace a critical component that has been in service since 1988, ensuring reliable communication for alerts related to Force Protection Conditions and emergencies. The new repeater is essential for maintaining effective emergency communication capabilities within military installations, and the contractor will be responsible for providing all necessary equipment, including delivery, assembly, disassembly, and training. Interested parties must submit their responses by April 23, 2025, at 12:00 P.M. Central Standard Time, to the designated contacts, A1C Alexia Lassin and Mr. Jeremy Kersey, via the provided email addresses.
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 seeking proposals for the provision, installation, and maintenance of a new 10GB wave leased access circuit connecting two military facilities in California. The project requires compliance with specific technical requirements, including adherence to DITCO's telecommunications directives and federal acquisition regulations, with a focus on ensuring network reliability and performance. This procurement is crucial for enhancing telecommunications infrastructure, which supports military operations and communication capabilities. Interested vendors must submit their quotes by the specified deadline, 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.
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.