SIP Services
ID: W50S8R25Q0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 179MANSFIELD, OH, 44903-8049, USA

NAICS

All Other Telecommunications (517810)

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 soliciting proposals for Session Initiation Protocol (SIP) Telephony Services through a combined synopsis/solicitation. The procurement aims to secure reliable telephony services, including local and long-distance calling capabilities, emergency services, and number portability, with a focus on maintaining a service reliability threshold of 99.999%. This contract will span one base year with four optional years, and is set aside exclusively for small businesses, with a total business size limit of $40 million under NAICS code 517810. Interested contractors must submit their proposals by 10:00 A.M. EST on July 22, 2025, and can direct inquiries to James Kliewer at james.kliewer.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a request for proposals (RFP) related to the incorporation of various contractual clauses relevant to federal acquisitions and grants. It lists numerous clauses, including those concerning contracting procedures, compliance, and representations that contractors must adhere to, such as the Buy American Act and requirements regarding compensation of former Department of Defense (DoD) officials. Significant clauses include stipulations for safeguarding covered defense information, electronic submission of payment requests, and unique item identification for government contracts. The main purpose of the document is to ensure that contractors are fully informed of the terms and conditions related to federal contracts, including compliance with security protocols and ethical standards. The inclusion of detailed definitions and references to federal regulations illustrates an ongoing commitment to transparency, security, and fair business practices within government procurement processes. This comprehensive approach ensures that all parties involved understand their responsibilities and the legal frameworks governing their engagements, promoting accountability throughout the contracting process.
    The Performance Work Statement (PWS) outlines the requirements for contractors to provide Session Initiation Protocol (SIP) Telephony Services, including personnel, tools, and quality control measures. The contract spans one base year with four optional years and mandates service provision during business hours at an Air Force installation. Key service provisions include local and long-distance calling capabilities, emergency services, and number portability. Contractors are expected to maintain high-quality service, meeting a threshold of 99.999% reliability and responding to outages within one hour, restoring service within 24 hours. The document also details compliance with various security protocols, employee identification requirements, and contractor responsibilities regarding physical security and workplace conduct. Additionally, it specifies contractor obligations for virtual operations, training, and handling government property. The emphasis is placed on maintaining organizational conflicts of interest, safeguarding sensitive information, and adhering to federal acquisition regulations. Overall, the PWS serves to ensure that the government maintains continuity of operations through reliable telephony services while complying with applicable legal and security mandates.
    The document outlines Wage Determination No. 2015-4735 for the State of Ohio, complying with the Service Contract Act. Applicable to federal contracts, it specifies minimum wage rates based on Executive Orders 14026 and 13658, which dictate that covered workers be compensated at least $17.75 per hour or $13.30 per hour depending on the contract date. The document lists various occupations and their corresponding wage rates and fringe benefits, such as health and welfare contributions, paid vacation, and holidays. Additionally, it provides guidelines for contractors regarding paid sick leave under Executive Order 13706 and employ classifications needing conformance under the wage determination process. Key requirements include ensuring employees receive fair pay, comply with regulatory standards, and providing benefits while performing contracted work. This wage determination is essential for ensuring compliance with federal labor standards in contracting, opening opportunities for fair labor practices within government contracts.
    This document addresses questions related to a government contract for telecommunications services. The incumbent for the contract is Granite (contract number W50S8R25PA002). Key details include a demarcation address of 1947 Harrington Memorial Rd, Mansfield, OH, and the requirement for 100 SIP trunk ports and approximately 1,130 Direct Inward Dialing (DID) numbers, which will involve porting existing numbers from the current provider. The system will integrate with a Cisco telecom switch using version CUCM 12.5.1.12900-115, with all communications routed through the primary base location at the provided address. The contractor will also manage the 911 provisioning for all endpoints. Clarification was sought regarding a 20Mbps Point-to-Point Ethernet circuit, which is intended for the SIP trunks to connect to the base telephone system rather than to link multiple locations. The document serves to outline the specific requirements and clarify responsibilities for the telecommunications service contract under consideration by the government.
    This document addresses inquiries related to a telecommunications contract, specifically concerning the integration of SIP trunking with a government telecom switch operated by Cisco. The current contractor is Granite, holding the contract number W50S8R25PA002. The designated point of contact for services is 1947 Harrington Memorial Rd, Mansfield, OH. Average usage statistics show approximately 2,500 minutes of local and long-distance calls combined, though international call data remains unknown. The contractor is responsible for porting existing Direct Inward Dialing (DID) numbers rather than procuring new ones, with roughly 1,130 DIDs confirmed. Additionally, all phone endpoints will require 911 provisioning. The service involves a 20Mbps Point-to-Point Ethernet circuit connecting SIP trunks to the base telephone system, which centralizes all calls at the specified location. The primary goal outlined in this document is to clarify contract requirements and technical specifications necessary for managing government telecom services effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    SIP Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    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.
    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 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.
    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.
    59--HANDSET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 18 units of the HANDSET (NSN 5965017218566). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 2 units. The HANDSET is crucial for various military communications and operations, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Avaya Aura Class J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to acquire Avaya Aura Voice Over Internet Protocol (VOIP) hardware, software, licenses, and maintenance for the Air Force Base telephone infrastructure through a brand-name Class Justification and Approval. This procurement is limited to a specific brand name in accordance with FAR 8.405-6(b)(1), indicating that the items are unique to one manufacturer. The opportunity is crucial for maintaining and enhancing the existing telecommunications infrastructure, ensuring reliable communication capabilities for the Air Force. For further inquiries, interested parties can contact Nicole R. Barnes at nicole.barnes.5@us.af.mil or Adriana Obregon at adriana.obregon.2@us.af.mil, noting that this announcement is for informational purposes only and does not constitute a solicitation.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    58--TELEPHONE SET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 19 Telephone Sets, identified by NSN 5805000931418. The delivery of these items is required at DLA Distribution San Diego within 30 days after the order is placed. These telephone sets are crucial for communication within military operations, ensuring reliable connectivity for personnel. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.