Local Telecommunication Services (LTS) Conversion from LSTDM to SIP Trunking
ID: W50S8W25Q0006Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Telecommunications (517810)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 5:00 PM UTC
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services while ensuring no loss of capability during the transition, which is mandated due to diminishing support for outdated technology.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.

Files
Title
Posted
Jan 23, 2025, 8:04 PM UTC
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.
Mar 1, 2025, 3:04 PM UTC
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.
Mar 1, 2025, 3:04 PM UTC
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.
Mar 1, 2025, 3:04 PM UTC
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.
Mar 1, 2025, 3:04 PM UTC
The document outlines specifications and clarifications regarding the installation of a phone trunk with associated phone services for a government project. Key points include the need for local carrier provision of PRI lines that support various devices, including analog and digital systems, and specific numbers for direct inward dialing (DID). The government will manage certain aspects of the service after the TDM emulation point, and both inbound and outbound SIP trunking will be required. The contractor will not need to provide specific codecs but will handle quality of service monitoring. Additionally, compliance with E911 requirements is mandatory, along with call logging for emergency calls. Pricing should be structured as a monthly flat rate, and bidders are not expected to factor in federal taxes since a tax exemption letter will be available. The document indicates a need for full provisioning of hardware by the contractor, and the successful bidder will need to integrate with existing systems, ensuring no incumbent service challenges are identified. Overall, the file aims to clarify crucial logistical and technical requirements for potential contractors participating in the bidding process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Telephone Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for telephone services at Kingsley Field Air National Guard Base in Klamath Falls, Oregon. The contractor will be responsible for providing all necessary personnel, equipment, and supervision to deliver Local Telecommunication Services (LTS) and Long-Distance (LD) through modern Session Initiation Protocol (SIP) technologies, replacing outdated systems while ensuring compliance with federal standards. This contract, which spans one base year with four optional years, emphasizes the importance of maintaining high service reliability (99.999% uptime) and adherence to security policies, with a focus on efficient outage management and personnel training. Interested parties should contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or Jason Rice at jason.rice.27@us.af.mil for further details, with the submission deadline extended to April 24, 2025.
Local Telecommunications Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local and Long Distance Telecommunications Services at Dobbins Air Reserve Base in Georgia. The procurement requires contractors to provide all necessary labor, tools, materials, and services to ensure compatibility with existing government infrastructure while transitioning to an Internet Protocol (IP) system. This contract, designated as a 100% Total Small Business Set-Aside, will be awarded based on a lowest-priced technically acceptable evaluation approach, with a firm fixed-price structure lasting one base year plus four optional years, starting on April 29, 2025. Proposals must be submitted electronically by May 5, 2025, and interested parties can contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further information.
Sole Source J & A
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure managed Local Telecommunication Services (LTS) and Long-Distance (LD) services to replace existing low-speed time-division multiplexed (LSTDM) circuits with session initiation protocol (SIP) circuits at March Air Reserve Base (MARB) in California. The objective is to ensure a seamless migration of all connectivity requirements and features to the new SIP path without any loss of capabilities, maintaining 24/7/365 operational support. This procurement is critical for enhancing the telecommunications infrastructure while optimizing budgetary spending, as AT&T Enterprises, LLC has been identified as the sole provider due to its legacy ownership of the existing infrastructure, which simplifies the transition to a more efficient fiber-optic system. The total contract value is approximately $479,345.10, covering multiple periods from 2025 to 2030, and interested parties can reach out to Joshua Davidson at Joshua.Davidson.16@us.af.mil or Marissa E Lopez at marissa.lopez.5@us.af.mil for further inquiries.
North Dakota National Guard (NDNG) Telco Central Office Services 2025
Buyer not available
The Department of Defense, through the North Dakota National Guard, is seeking proposals for telecommunications central office services for the fiscal year 2025. The contractor will be responsible for providing comprehensive telecommunications services across four cities: Bismarck, Fargo, Grand Forks, and Valley City, including the provision of Direct Inward Dial (DID) numbers and T-1 data circuits, while ensuring compliance with security protocols. This procurement is crucial for maintaining reliable communication services for military operations and is valued at approximately $35 million for the contract period from May 22, 2025, to May 21, 2026. Interested bidders must submit their quotes by 2:00 pm CST on May 2, 2025, and can direct inquiries to Jeremy W. Greenstein at jeremy.w.greenstein.civ@army.mil or John M. Norway at john.m.norway2.civ@army.mil.
Local Exchange Services for the Blue Grass Army Depot, KY.
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting quotes for local exchange services at the Blue Grass Army Depot in Richmond, Kentucky. The procurement involves providing local voice and data circuits as outlined in the attached Statement of Work (SOW), which includes requirements for installation, maintenance, and compliance with federal safety and environmental regulations. These services are critical for ensuring reliable telecommunications infrastructure to support official government communications, including emergency services. Interested vendors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract is not set aside for small businesses, and the applicable NAICS code is 517111.
Local Exchange Services for the Tobyhanna Army Depot, PA.
Buyer not available
The Department of Defense, specifically the Army, is seeking qualified local exchange carriers to provide voice and data circuit services for the Tobyhanna Army Depot in Pennsylvania. The procurement involves a Request for Quote (RFQ) for local exchange access services, including both analog and digital transport services, with a focus on essential government functions such as E911 services. This contract is critical for maintaining effective telecommunications infrastructure necessary for government operations, ensuring compliance with safety and performance standards. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Pennsylvania, by the specified deadline to the Contracting Officer, Scot Stedman, at scot.c.stedman.civ@army.mil, with the solicitation number W91RUS25Q0026 guiding the submission process.
TC Jumbo Switch
Buyer not available
The Department of Defense, through the Department of the Air Force's 5th Contracting Squadron at Minot Air Force Base, is seeking proposals for the rental of a TC3800 series JumboSwitch. This procurement is specifically aimed at small business concerns and includes various telecommunications equipment designed to operate in high-temperature environments, such as Ethernet SFP cards and JumboSwitch card cages. The solicitation, numbered F3C1PS5084AW02, has a proposal deadline of April 28, 2025, with questions due by April 21, 2025, and all quotes must remain valid until September 30, 2025. Interested parties can contact Christian M. Etner at christian.etner@us.af.mil or SrA Jalen Dillard at Jalen.Dillard.1@us.af.mil for further information.
PROVIDE, INSTALL, AND MAINTAIN A LEASE 10GB WAVE SERVICE BETWEEN (BLDG) 5;(RM) 1000I; MICHELSON LAB, CORNER OF KNOX AND BLANDY ROAD, NAVAL AIR WEAPONS STATION CHINA LAKE, CA 93555 AND (BLDG) 2145; (RM) 105; 5801 C STREET, BEALE AFB, CA 95903-1517
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 10GB wave telecommunications service between Naval Air Weapons Station China Lake and Beale Air Force Base in California. This procurement aims to enhance communication capabilities critical to military operations, requiring compliance with stringent technical standards and federal telecommunications guidelines. The contract will span a period of 60 months, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes electronically by the specified deadline, and for further inquiries, they can contact Jennifer Voss or Kevin Knowles via email at jennifer.n.voss.civ@mail.mil and kevin.l.knowles4.civ@mail.mil, respectively.
PROVIDE, INSTALL, AND MAINTAIN 1GB ETHERNET LEASE BETWEEN BLDG 5, 1 FL, PUERTO RICO AIR NATIONAL GUARD, 200 TONY A SANTANA AVE, CAROLINA, PR 00979, AND BLDG 6, ROOM, 1 FL, PUNTA SALINAS RADAR SITE, 200 CARR 165, TOA BAJA, PR
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain a 1GB Ethernet lease between two locations in Puerto Rico Air National Guard facilities. The procurement requires detailed compliance with technical specifications and installation procedures, with a focus on performance testing and adherence to Federal Acquisition Regulation (FAR) clauses. This telecommunications service is critical for ensuring reliable communication capabilities within the military infrastructure. Interested contractors must submit their quotes by April 26, 2025, with service commencement expected by August 24, 2025; for further inquiries, contact Jennifer Voss or Angelina Hutson via email.
PROVIDE, INSTALL, AND MAINTAIN A DEDICATED ACC/LMON SERVICE AT 25 MB FROM (BLDG 29) 175 FALCON DR BLDG 29, WESTFIELD, MA 01085 TO 100 BOWDITCH ST NEW LONDON, CT 06320.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of dedicated telecommunications services between specified locations in Westfield, MA, and New London, CT. The objective is to enhance communication capabilities for government operations by ensuring reliable connectivity with specific bandwidth and technical standards. This procurement is critical for supporting government telecommunications needs, and contractors must comply with all outlined technical requirements and submit their quotes by May 12, 2025, with a service commencement date set for August 11, 2025. Interested parties can reach out to Kendal Richter or Kevin Knowles for further information regarding the solicitation.