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services while ensuring no loss of capability during the transition, which is mandated due to diminishing support for outdated technology.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
    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.
    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.
    Similar Opportunities
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    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.
    Session Initiation Protocol Telephony Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure Session Initiation Protocol (SIP) Telephony Services through a fixed-price contract. This procurement is justified under 10 USC 2304(c)(1) and the Federal Acquisition Regulation (FAR) at 6.302-1(a)(2)(iii)(B), identifying AT&T as the sole provider of commercial telephone services within designated service areas. These services are crucial for maintaining effective communication capabilities within military operations. Interested parties can reach out to SMSgt Barry B. Beale at barry.beale.1@us.af.mil or call 419-868-4142 for further details regarding this opportunity.
    Commercial telephone services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide commercial telephone services in support of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement aims to replace existing Time Division Multiplexing (TDM) services with modern telephony solutions across seven key Naval installations, including locations in Florida, Illinois, Pennsylvania, and Virginia, while supporting approximately 20,560 endpoints with advanced features such as Automatic Call Distribution and integration with Next Generation 911 infrastructure. Interested businesses are invited to submit a Statement of Capabilities by January 6, 2026, detailing their qualifications and proposed solutions, with the anticipated contract type being an Indefinite-Delivery, Indefinite-Quantity contract starting around February 1, 2027. For further inquiries, interested parties may contact James Keegan or Samantha Miller via their provided email addresses.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL BUSINESS LINE AT 64 KB IN NY
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a commercial business line at 64 KB in New York. This procurement is aimed at acquiring telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers, and is critical for ensuring reliable communication capabilities within the agency. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, and proposals are due by the specified deadline, with evaluations based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via their provided email addresses.
    Local Exchange Services for Fort Leavenworth, KS.
    Dept Of Defense
    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.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    PROVIDE, INSTALL, AND MAINTAIN 10GB WAVE SERVICE BETWEEN KS AND NE.
    Dept Of Defense
    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 Kansas and Nebraska. 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 emphasizes that all proposals must include monthly recurring and non-recurring charges, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must ensure they have a DITCO Basic Agreement to access the solicitation documents and should direct inquiries to Kendal Richter or Kevin Knowles via their provided email addresses. The deadline for quote submissions and further details can be found in the attached solicitation documents.
    Local Exchange Services for Fort McCoy, WI.
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors 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 will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.