Air National Guard Voice Switching System (VSS)
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
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Air National Guard Voice Switching System (VSS) to replace outdated telephony systems across 105 sites. The project aims to enhance communication capabilities by upgrading existing Avaya 8800 CM7 systems, ensuring compliance with E911 laws, and improving telephony management while adhering to cybersecurity regulations. This initiative is critical for maintaining operational readiness and modernizing communication infrastructure within the Air National Guard. Interested contractors should contact Kevin L. Poore at kevin.l.poore.civ@mail.mil or Jennifer L. Kinser at jennifer.l.kinser3.civ@mail.mil for further details, with proposals due as specified in the solicitation documents.

    Files
    Title
    Posted
    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 The key goals include ensuring compliance with E911 laws, enhancing telephony management systems, and replacing outdated equipment throughout 105 sites.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.
    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 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.
    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.
    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 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Goodfellow AFB Commercial Telephone Service
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of commercial telephone services at Goodfellow Air Force Base (AFB) in Texas. The contract aims to ensure 24/7/365 telephone access with a minimum availability of 99.9%, integrating long-distance and ancillary services while adhering to federal standards and regulations. This procurement is critical for maintaining effective communication capabilities essential to military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    Local and Long-Distance Telephone Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for local and long-distance telephone services under solicitation number W50SC225QA001. The procurement aims to transition to managed Session Initiation Protocol (SIP) trunking, ensuring robust telecommunications infrastructure that meets operational needs and emergency accessibility requirements, with a minimum service availability of 99.9%. This initiative is critical for maintaining effective communication at the Bradley Air National Guard Base in Connecticut, reflecting the government's commitment to modernizing its telecommunications systems. Interested vendors must submit their proposals by March 14, 2025, with questions due by March 7, 2025; for further inquiries, contact David Bezerra at david.p.bezerra.mil@army.mil or James Turcotte at james.e.turcotte3.civ@army.mil.
    Giant Voice Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the "Giant Voice Upgrade" project, which involves upgrading the emergency communication system at Pittsburgh ARS, Pennsylvania. The project aims to replace the existing degraded copper wiring with a new radio frequency (RF) system to enhance the delivery of emergency alerts across the base, requiring contractors to engineer, design, install, and test the new RF equipment while ensuring compliance with safety standards. This initiative is crucial for improving public safety communication capabilities at military installations and is reserved exclusively for small businesses, with a contract duration of 180 days from the award date. Interested vendors must submit their quotes by March 24, 2025, and can reach out to Maurice Kirkland at maurice.kirkland.3@us.af.mil or Paul Davisson at paul.davisson@us.af.mil for further information.
    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) circuit between two military locations: Building NH-95 in Norfolk, VA, and Building 2904 at Seymour Johnson AFB, NC. The contract requires contractors to ensure service availability of at least 99.5% and to complete installation by August 3, 2025, while adhering to all technical specifications and testing parameters outlined in the Request for Proposal (RFP). This telecommunications infrastructure is critical for supporting military operations and maintaining high standards in defense communications. Interested contractors must submit their proposals via the government’s electronic system by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson at the provided email addresses.
    Command Post Communication System Upgrade - Unify Consoles
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Command Post Communication System Upgrade, focusing on the modernization of Unify Consoles at Buckley Space Force Base in Aurora, Colorado. The project entails replacing outdated telecommunications systems in both the Primary and Alternate Command Posts, with a requirement to complete the installation within 90 days post-award while ensuring compliance with operational and interoperability standards. This modernization is crucial for enhancing communication capabilities for critical command functions, including support for 911 dispatch call volumes and seamless integration with existing systems. Interested contractors can reach out to Jaisen Brown at jaisen.brown@spaceforce.mil or call 720-847-9945 for further details regarding this sources sought notice.
    Local Telecommunication Services (LTS) Conversion from LSTDM to SIP Trunking
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the conversion of Local Telecommunication Services (LTS) from LSTDM to SIP Trunking at the Cheyenne Air National Guard Base in Wyoming. The objective is to provide 24/7 managed telecommunication services while ensuring no loss of capability during the transition, which is mandated due to diminishing support for outdated technology. This procurement is critical for maintaining effective communication capabilities and is categorized under NAICS code 561990, with a total small business set-aside. Interested contractors must submit their quotations by February 26, 2025, and maintain active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Christopher Davalos at christopher.davalos.1@us.af.mil or 307-772-6887.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 2401, (ROOM) COMM, CAMP FEDERAL LANE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI) AND (BLDG) 1-1434, (ROOM) 6, 3338 SCOTT ST, FT LIBERTY, NC
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a channelized OC-12 telecommunications connection between Seymour Johnson Air Force Base and Fort Liberty, North Carolina. The contract, which spans a duration of 60 months, requires compliance with stringent technical specifications, including a minimum service availability of 99.5% and successful completion of a 72-hour end-to-end test prior to service commencement on August 3, 2025. This procurement is critical for enhancing military communication infrastructure, ensuring reliable connectivity between key facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details on the submission process and requirements.
    Battle Creek ANGB Local Telecommunication Services (LTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Local Telecommunication Services (LTS) at 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 (SIP) trunking, ensuring reliable telecommunications capabilities essential for military operations. This contract will encompass a base year and four option years, with a focus on providing a firm-fixed price for services while adhering to performance standards outlined in the Performance Work Statement. Interested vendors must register on the System for Award Management (SAM) and submit their quotes by March 13, 2025, with evaluations based on technical compliance and pricing fairness. For further inquiries, potential quoters can contact SSgt Joseph Bryant at joseph.bryant.14@us.af.mil or MSgt Michael Solo at michael.solo.4@us.af.mil.
    58--TELEPHONE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the repair and modification of telephone apparatuses. This procurement aims to enhance the functionality and reliability of telecommunications equipment, which is critical for effective communication within military operations. The opportunity falls under the NAICS code 334210, focusing on telephone apparatus manufacturing, and is categorized under the PSC code 7G20, which pertains to IT and telecom network products. Interested vendors can reach out to Naryan Smith at 717-605-1332 or via email at NARYAN.SMITH.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    58--CONTROL UNIT,COMMUN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is preparing to solicit bids for the procurement of control units related to analog voice products. This presolicitation opportunity focuses on acquiring hardware and perpetual license software that falls under the IT and Telecom sector, specifically categorized under the PSC code 7G20. The control units are critical for maintaining effective communication systems within defense operations. Interested vendors can reach out to Michael W. Bauder at (215) 737-5103 or via email at MICHAEL.BAUDER@DLA.MIL for further details and to stay updated on the procurement timeline.