Local Telecommunication Services (LTS) Conversion from LSTDM to SIP Trunking
ID: W50S8W25Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WYANG 153CHEYENNE, WY, 82009-4799, USA

NAICS

All Other Support Services (561990)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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 without any loss of capability, transitioning to a more modern and efficient system as mandated by the DoD. This procurement is critical for maintaining operational readiness and ensuring reliable communication services, with performance metrics including 99.9% service availability and strict outage notification timelines. Interested small businesses must submit their quotations by February 26, 2025, and maintain active registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Christopher Davalos at christopher.davalos.1@us.af.mil or 307-772-6887.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Local Telecommunication Services (LTS) at Cheyenne ANGB, WY, outlines the requirements for transitioning from Low-Speed Time-Division Multiplexed (LSTDM) circuits to Session Initiation Protocol (SIP) trunking. The objective is to manage the emulated SIP service to ensure continuity in local telecommunication capabilities, adhering to updated Department of Defense (DoD) standards. The contractor is responsible for providing all necessary labor and infrastructure while guaranteeing 24/7 operations with at least 99.9% service availability. Key responsibilities for the contractor include ensuring timely communication regarding scheduled and unscheduled outages, with well-defined procedures for various severity levels. The document also details the physical space, personnel qualifications, and safety protocols needed for implementation. Emphasis is placed on collaborating with the Government Point of Contact (POC) for cutover planning and managing billing through a unified account system. This contract serves as a critical effort in modernizing telecommunication infrastructure in compliance with federal regulations and enhances capabilities that are essential for mission-related tasks at the facility.
    The document is a federal government RFP (Request for Proposal) detailing various clauses relevant to contracts involving the U.S. Department of Defense (DoD). It outlines mandatory regulations for contractors, including compliance with safety and security requirements, reporting obligations, and ethical standards. Key clauses address the compensation related to former DoD officials, safeguarding defense information, and unique item identification for delivered goods. It also details payment instructions using the Wide Area Workflow (WAWF) system for submitting invoices. The purpose of this RFP is to establish a clear framework for contractor obligations, ensuring adherence to federal guidelines while promoting transparency, accountability, and regulatory compliance across all contractual interactions. This document serves as a critical guide for contractors seeking to align their proposals with government standards, facilitating a more efficient procurement process.
    The Performance Work Statement (PWS) outlines the requirement for Local Telecommunication Services (LTS) at Cheyenne Air National Guard Base, WY, transitioning from outdated LSTDM technology to SIP trunking. The objective is to provide 24/7 managed telecommunication services with no loss of capability. This shift, mandated by the Department of Defense due to diminishing support for LSTDM, signifies a move towards performance-based acquisition principles for IT services. The contractor is responsible for all necessary labor and equipment installation to ensure compatibility with existing infrastructure. The PWS details a clear set of performance metrics, including 99.9% service availability and strict timelines for notifying the Government about service outages, categorized by severity. From catastrophic to routine outages, the contractor must follow defined procedures to restore service quickly and efficiently. Moreover, the document specifies requirements for space, environmental controls, personnel qualifications, and safety measures. It emphasizes the importance of proper billing and service records, along with a structured cutover plan for transitioning services. This PWS serves to establish benchmarks and responsibilities, ensuring the telecommunication needs of Cheyenne ANGB are met effectively and consistently within regulatory frameworks.
    The Wyoming Army National Guard has issued a Combined Synopsis/Solicitation Notice (W50S8W-25-Q-0006) for phone services and trunk installation, aimed exclusively at small businesses. This Request for Quote (RFQ) utilizes FAR guidelines for the procurement of commercial items, specifically focusing on the installation of a phone trunk and associated services over a multi-year period from March 2026 to March 2030. The procurement is categorized under NAICS code 561990, with a small business threshold of $16.5 million. Quotations must be submitted by February 26, 2025, with details on pricing and technical capability regarding the porting of existing phone numbers and TDM emulation. The award will be made based on the Lowest Priced Technically Acceptable (LPTA) criteria, ensuring fair evaluation among compliant submissions. Moreover, funding is not yet available, with awards contingent upon financing release. Offerors must maintain an active registration in the System for Award Management (SAM) for eligibility. The document outlines necessary instructions for offers, deadlines, and evaluation criteria, reinforcing the Government's right to cancel the solicitation at any point without obligation to reimburse costs incurred by bidders.
    Similar Opportunities
    LSTDM Circuit to SIP Trunks Conversion & SIP Trunked Telephony Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the conversion of Local Telecommunication Services (LTS) from low-speed time-division multiplexed (LSTDM) technology to Session Initiation Protocol (SIP) trunking at Truax Field ANGB in Madison, Wisconsin. This procurement aims to enhance communication services by transitioning to modern, IP-based solutions while ensuring uninterrupted telecommunication services with a 99.9% availability threshold. The contractor will be responsible for managing outages, providing necessary infrastructure, and ensuring compliance with industry standards and safety regulations throughout the transition process. Interested parties can contact Scott Homner at scott.homner@us.af.mil or by phone at 608-245-4757 for further details.
    Battle Creek ANGB Local Telecommunication Services (LTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Local Telecommunication Services (LTS) for 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 trunking, ensuring reliable and efficient telecommunications capabilities for mission-critical operations. This initiative underscores the importance of maintaining high service availability, with a requirement for 99.99% uptime and prompt outage management. Interested vendors must submit their firm-fixed pricing proposals by March 13, 2025, and can contact SSgt Joseph Bryant at joseph.bryant.14@us.af.mil or MSgt Michael Solo at michael.solo.4@us.af.mil for further information.
    Local & Long Distance Calling
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Local Telephone Service (LTS) and Long-Distance Services (LDS) for the 102nd Intelligence Wing of the Massachusetts Air National Guard. The procurement aims to implement an emulated Session Initiation Protocol (SIP) trunk to replace outdated TDM-based technologies, enhancing operational efficiency and ensuring continuous service availability of 99.9%. This initiative is critical for maintaining seamless communication capabilities essential for mission-critical functions, with a contract period from April 1, 2025, to March 30, 2026. Interested parties should contact Lacy Phongsaly at lacy.r.phongsaly.civ@army.mil or Isao Hattori at isao.hattori.civ@army.mil for further details.
    Local Telephone Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the replacement of its Local Telecommunication Services (LTS) and Long-Distance (LD) systems at the 173d Fighter Wing in Klamath Falls, Oregon. The objective is to upgrade from a low-speed time-division multiplexed circuit to emulated session initiation protocol (SIP) circuits, ensuring that all current connectivity features are migrated without loss of capabilities and maintaining 24/7/365 availability. Interested vendors are required to submit a completed information form detailing their company, socio-economic status, relevant project experience, and bonding capabilities, while also being registered in the System for Award Management (SAM) under NAICS code 517111. For further inquiries, vendors can contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or Jason Rice at jason.rice.27@us.af.mil.
    Local Telecommunications Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Local Telecommunications Services at Dobbins Air Reserve Base in Georgia. The procurement aims to upgrade the existing legacy Time-Division Multiplexing (TDM) telecommunications infrastructure to a more modern Internet Protocol (IP) system, which is crucial for enhancing communication capabilities and supporting operational readiness. Key requirements include the procurement and porting of 10,000 telephone numbers, installation of transmission facilities, and compliance with FCC regulations, all while ensuring minimal service disruptions. Interested contractors should submit their responses to the market survey by 2:00 pm EDT on March 4, 2025, and can contact Manson Smith at manson.smith.1@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.
    Full Phone Service Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for full phone services at Eglin Air Force Base in Florida. The procurement aims to secure comprehensive telecommunications services, including voice and data services, managed services, and installation responsibilities, structured over a base year and four option years. This contract is critical for maintaining effective communication capabilities at the base, ensuring service continuity and compliance with federal procurement regulations. Interested vendors must submit their quotes by 12:00 PM CST on March 5, 2025, and can contact Rommel Angeles at rommel.angeles.2@us.af.mil or Paul L. Brinckhaus at paul.brinckhaus@us.af.mil for further information.
    Davis-Monthan AFB - Base Telecommunications Service (BTS) - Combo/Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Base Telecommunications Service (BTS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to secure comprehensive operations and maintenance services for the telecommunications systems, ensuring continuous functionality in compliance with Department of Defense and Air Force policies. This contract is critical for maintaining reliable communication capabilities essential for military operations, with a Total Small Business Set-Aside designation to encourage participation from small businesses. Interested contractors must submit their offers by the specified deadlines, with questions due by February 5, 2025, and answers provided by February 12, 2025. For further inquiries, Edilberto Sampang Jr. can be contacted at edilberto.sampang@us.af.mil or by phone at 520-228-5461.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Cisco Board Pro 55 System and associated equipment to enhance secure video teleconferencing capabilities at Nellis Air Force Base in Nevada. The project involves the installation of a mobile SIPRNet Video Teleconference system in a briefing room, which includes specific Cisco products to ensure compatibility with existing communication infrastructure. This procurement is crucial for maintaining operational readiness and effective communication during military exercises and briefings. Proposals are due by February 25, 2024, with a required delivery within 90 days of order receipt. Interested vendors can contact Avery Irwin at avery.irwin@us.af.mil or SSgt Chase Brandt at chase.brandt@us.af.mil for further details.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 25MB ETHERNET SERVICE BETWEEN BLDG 313; RM 115; VOLK FIELD NETWORK CONTROL CENTER; 313 BADGER AVE; CAMP DOUGLAS, WI, 54618 AND BLDG TOWER SHELTER; RM N/A; 46’07’18.9”N 89’42’46.9”W; BOULDER JUNCT
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a dedicated 25MB Ethernet service between the Volk Field Network Control Center and the Tower Shelter in Wisconsin. The procurement aims to ensure reliable telecommunications services, which are critical for operational efficiency and communication within defense operations. Interested contractors must submit detailed proposals that include pricing and technical compliance by the extended deadline of December 16, 2024, with the service expected to commence by May 23, 2025. For further inquiries, contractors can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A  1GB DEDICATED SERIVCE BWTN BLDG 3000, ROOM 100, 1ST FLOOR, 3000 PRESIDENTIAL DRIVE, FAIRBORN, OH 45324 AND BLDG 10271, COMPUTER ROOM 128, 1ST FLOOR, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061
    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 dedicated 1GB telecommunications service circuit between two locations in Ohio. Contractors are required to submit quotes that comply with stringent technical specifications, including acceptance testing protocols and detailed installation plans, to ensure robust telecommunication capabilities essential for government operations. The contract is set aside for small businesses, with a key service date of June 29, 2025, and proposals will be evaluated based on the lowest price technically acceptable (LPTA) criteria. Interested parties should direct inquiries to Jennifer Voss or Angelina Hutson via email, as detailed in the solicitation documents.