Local and Long-Distance Telecommunication Services
ID: FA461325Q1010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Telecommunications (517)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide local and long-distance telecommunication services at F.E. Warren Air Force Base in Wyoming. The procurement aims to establish reliable communication channels essential for military operations, ensuring seamless connectivity during both routine and crisis situations. This opportunity is critical for maintaining operational readiness and includes compliance with various federal regulations, including clauses related to contractor accountability, health and safety standards, and the safeguarding of sensitive information. Interested parties should direct inquiries to Amber Wiltanger at amber.wiltanger@us.af.mil or Donna Doss at donna.doss.1@us.af.mil, with a focus on submitting proposals that meet the outlined requirements by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a Request for Proposal (RFP) by the U.S. Air Force, specifically addressing questions related to circuit installation requirements. It stipulates a deadline of February 6th for any inquiries, which should be directed via email to designated contacts. The government response clarifies the preferred Demarcation Point (DMARC) for circuit installations at two buildings—building 65 and building 1284. The preferred option is to duplicate circuits at both buildings; however, if that is not feasible, building 65 will be selected as the primary DMARC location. This communication reflects the procedural aspects of government procurement, underscoring the importance of clear specifications and timelines in the RFP process while ensuring compliance with operational requirements.
    The document outlines federal government clauses related to contracting, specifically concerning the RFP (Request for Proposal) process and grant applications. It consists of numerous clauses that pertain to various compliance requirements, such as the treatment of whistleblower rights, safeguarding defense information, and prohibitions against certain telecommunications products linked to foreign entities. Key clauses emphasize transparency in contractor operations, ethical conduct, and the protection of labor rights, including equal opportunity provisions for employees. The regulations further enforce measures against trafficking in persons, guarantee small business participation, and outline protocols for addressing conflicts and compensation regarding terminated services. The comprehensive list of clauses includes stipulations on contractor accountability, payment processes, reporting obligations, and specific requirements applicable to small, disadvantaged, and veteran-owned businesses. Ultimately, the document serves as a regulatory framework for federal contracts, ensuring adherence to legal standards, promoting ethical practices, and safeguarding government interests while fostering a competitive and equitable contracting environment.
    The document outlines several key provisions related to federal acquisition processes concerning the Air Force Global Strike Command (AFGSC). First, it establishes the role of an ombudsman for addressing concerns among offerors, specifying that they must first consult the contracting officer before involving the ombudsman. The ombudsman does not have decision-making authority but can assist in resolving issues. Second, it details contractor responsibilities for health and safety on government installations, emphasizing compliance with applicable health standards and accountability for preventing accidents. Violations of safety protocols can lead to contract termination. Lastly, the document provides regulations for contractor access to Department of the Air Force installations, including the need for identification and vehicle passes for contractor personnel. Contractors are responsible for managing access credentials and adhering to safety and security protocols. Failure to comply with these provisions may result in payment withholdings. These regulations facilitate effective contract management and emphasize safety and security on government properties.
    The document outlines a Contractor Response Form related to a Sources Sought / Request for Information for telecommunications services, specifically under Notice Number FA461325Q1010. It seeks to connect with companies capable of providing local and long distance telecommunication services for federal requirements. The form collects essential company information, such as the company's registration details, socioeconomic status, and contact information. It queries whether the company derived 80% or more of its revenue from federal financial assistance which may impact compliance with specific federal regulations. Additionally, it requires confirmation of the completion of an IP transition by March 1, 2025. This document is part of a broader effort to identify potential contractors for government projects, encompassing regulatory compliance and financial assistance considerations in the telecommunications sector.
    The document addresses questions related to solicitation FA461325Q1010 for a new contract concerning unspecified services at F.E. Warren AFB, Wyoming. It clarifies that this is indeed a brand-new requirement without an incumbent contract. A specific document for Contract Line Item Number (CLIN) pricing is not provided; instead, pricing should encompass all work per the Performance Work Statement (PWS), including future costs. The communication confirms the three specified local circuits (CSLs) are neither fire, elevator, alarm, nor modem lines and confirms their proximity to the Digital Multiplexer (DMARC). It identifies Building 65 and Building 1284 as the DEMARC locations with available fiber optics. The inclusion of transport lines as call paths to any voice circuits at the DMARC is disallowed. Finally, it notes that 911 calls at the base are directed to the local PCAP, confirming local emergency handling procedures. This document is integral to providing clarity for potential contractors in the bidding process for federal service contracts.
    The Mission-Essential Contractor Services Plan outlines the framework for maintaining critical Local and Long-Distance Telecommunication Services at F. E. Warren AFB during crises, per DFARS Clause 252.237-7023. The objective is to ensure seamless continuation of these services when activated by the Contracting Officer. Key procedural components include hiring essential personnel, addressing challenges like pandemics, expediting resources, and preparing personnel for alternate work arrangements. Additionally, the plan emphasizes establishing alert procedures for mobilizing essential staff and effective communication of roles and responsibilities during a crisis. The pricing for these services aligns with contractual rates upon plan activation. The document mandates the contractor’s internal Quality Control Plan and outlines deactivation protocols, ensuring operations cease only upon CO notification. This plan plays a pivotal role in maintaining communication services vital to military operations while highlighting the importance of rapid response capability during emergencies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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 (CTS) at Goodfellow Air Force Base in San Angelo, Texas. The contract aims to deliver essential telecommunication services, including long-distance features, with a performance start date of April 23, 2025, and a requirement for 24/7/365 service availability. This procurement is critical for maintaining effective communication capabilities at the base, supporting military operations and personnel. Interested vendors must submit their proposals by 4:00 PM EDT on March 17, 2025, and can direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil.
    *UPDATED* 20th Air Force Information Technology Support
    Buyer not available
    The Department of Defense, through the 90th Contracting Squadron, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Information Technology Support services for the 20th Air Force at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing comprehensive IT services, including system administration, network management, video teleconference support, and cybersecurity measures, in alignment with the Performance Work Statement (PWS). This procurement is critical for maintaining operational readiness and supporting command, control, communications, computers, and intelligence (C4I) systems essential for military operations. Interested vendors must submit their quotes by March 25, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact 1st Lt Kamary Williams at kamary.williams@us.af.mil or Donna Doss at donna.doss.1@us.af.mil.
    Local Telecommunications Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Local Telecommunications Services at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all necessary labor, tools, materials, and services to ensure reliable local and long-distance telephone communications, including the installation of SIP trunking services and compliance with various federal standards. This procurement is crucial for maintaining secure and uninterrupted voice communications essential for mission-critical operations. Interested small businesses must submit their proposals by January 20, 2025, and can direct inquiries to Maria Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Adam P. Nicholas at adam.nicholas@us.af.mil.
    Base Telephone Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure base telephone services through a special notice issued by the W7N8 USPFO Activity WIANG 128. This procurement aims to provide essential wired telecommunications services, which are critical for maintaining effective communication within military operations. The services will be performed in Milwaukee, Wisconsin, and are categorized under the NAICS code 517111, focusing on wired telecommunications carriers. Interested vendors can reach out to Mark Tonkinson at mark.tonkinson.2@us.af.mil or call 414-944-8517 for further details regarding this opportunity.
    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.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET POINT TO POINT AT (BLDG) 1040; (RM) W107; (FL) 1; 5201 FLIGHT LINE DR; OKLAHOMA CITY, OK, 73179 AND (BLDG) 3900; (RM) 147; (FL) 1; BLDG 3900, 8705 INDUSTRIAL BLVD, TINKER AFB, OK 73145-33552.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet point-to-point service at two military locations in Oklahoma City and Tinker Air Force Base. Contractors must meet specific technical requirements, provide detailed price quotations, and ensure compliance with federal telecommunications standards, including the prohibition of certain foreign equipment. This procurement is critical for enhancing communication infrastructure within military operations, and interested bidders must submit their quotes by April 10, 2025, via the Integrated Defense Enterprise Acquisition System (IDEAS) or an alternative email for those without access. For further inquiries, interested parties may contact Shannon Scheffel or Dale Rupright via their provided email addresses.
    LOCAL EXCHANGE CARRIER SERVICES FORT WORTH TEXAS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Local Exchange Carrier Services at Naval Air Station/Joint Reserve Base Fort Worth, Texas. The procurement aims to lease telecommunications services, including essential features such as 911 emergency access and dial tone, from April 1, 2025, to March 31, 2026, with options to extend through 2030. This initiative is critical for maintaining operational effectiveness and ensuring robust communication infrastructure, as the current service provider's failure could jeopardize mission readiness. Interested vendors must submit firm-fixed price proposals by March 21, 2025, and can direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil for further details.
    Wireless Systems Maintenance Services RFQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Wireless Systems Maintenance Services at Edwards Air Force Base in California. The primary objective is to provide efficient maintenance support for wireless systems, ensuring their operational status through qualified personnel who will perform priority and routine maintenance, non-recurring services, and recurring inspections. This contract is critical for maintaining mission-critical operations, with specific service standards requiring priority issues to be addressed within two hours and routine problems within eight business hours. Interested small businesses are encouraged to contact Willie Toles at willie.toles@us.af.mil or 661-277-2094, or Norman Mackie at norman.mackie.1@us.af.mil or 661-277-5435 for further details.
    PROVIDE, INSTALL, AND MAINTAIN A LEASE 2.5GB WAVE SERVICE USING IQO BETWEEN BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND AND BLDG 1000, ROOM 222, 900 SAC BLVD, OFFUTT AFB, NE.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 2.5GB wave service between two military locations: Building 110, Room 201 in Fargo, ND, and Building 1000, Room 222 at Offutt Air Force Base, NE. The procurement requires adherence to specific technical specifications, including a data rate of 2.5 GBPS, a minimum uptime of 99.5%, and a one-hour response time for repairs, ensuring reliable telecommunications infrastructure for military operations. This initiative is critical for enhancing connectivity and supporting broader government objectives in telecommunications. Interested vendors must submit their quotes by March 27, 2025, and can direct inquiries to Kendal Richter or Kevin Knowles via email for further information.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.