Telephone Services
ID: W50S8Z-25-Q-A017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NW USPFO ACTIVITY ORANG 173KLAMATH FALLS, OR, 97603-2108, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

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 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Services (LTS) and Long-Distance (LD) through modern Session Initiation Protocol (SIP) technologies, replacing outdated systems while ensuring compliance with federal standards.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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for telephone services at Kingsley Field Air National Guard Base in Klamath Falls, OR. The contractor is responsible for providing all necessary personnel, equipment, and supervision to deliver Local Telecommunication Services (LTS) and Long-Distance (LD) through emulated Session Initiation Protocol (SIP) circuits, replacing outdated low-speed time-division multiplexed (LSTDM) connections. Services should comply with various federal standards, and the contractor is tasked with developing installation and cutover plans within tight timelines. The contract spans one base year with four optional years and aims for continuous reliable service (99.999% uptime). Key requirements include compliance with security policies, rigorous training for personnel, and stringent management of outage responses categorized as catastrophic, emergency, serious, or routine. The contractor's accountability includes maintaining government property and ensuring the safety and security of all operations. Moreover, the document emphasizes the contractor's obligation to uphold data rights, ensuring all produced documents remain government-owned. This performance-based requirement aims to modernize telecommunications in adherence to Department of Defense standards while fostering innovation and efficiency in operations.
    The Performance Work Statement (PWS) outlines the requirements for telephone services for the Department of Defense, specifically replacing outdated Local Telecommunication Services (LTS) with modern, managed Session Initiation Protocol (SIP) technologies. The contractor is responsible for providing all necessary personnel, equipment, and supervision to ensure compatibility with the existing government infrastructure, adhering to relevant federal regulations. The contract duration is one base year with four optional years, and services are to be performed Monday through Friday at Kingsley Field ANG Base, Oregon. Key objectives include migrating all current connectivity to SIP without service interruptions and ensuring that all configurations meet specified operational criteria. The contractor must develop comprehensive installation and cutover plans, ensuring compliance with emergency telecommunications standards and handling outages efficiently. Specific performance metrics are established, including reliability standards and response times for service interruptions. Furthermore, contractors must comply with personnel security requirements and undergo necessary training to operate within government facilities. The document serves as a crucial guideline for contractors seeking to provide telecommunications services to the military while emphasizing standard operating procedures and accountability.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for telephone services, specifically focusing on the installation of transmission equipment and provision of local telephone services to a government site in Klamath Falls, Oregon. The contract includes specific requirements such as providing all necessary personnel and quality control, with performance expected from June 1, 2025, to May 31, 2026, along with several 12-month option line items extending to 2030. The solicitation highlights compliance with various Federal Acquisition Regulation (FAR) clauses that govern contract execution, including those regarding subcontracting, payment terms, and service labor standards. It emphasizes the importance of adhering to set regulations as part of the government's procurement process, aiming to foster inclusivity among small businesses owned by women and other disadvantaged groups. Overall, this solicitation reflects federal efforts to promote equitable access to government contracts while ensuring quality service delivery to governmental operations.
    The document is a solicitation for a Women-Owned Small Business (WOSB) to provide telephone services under federal contracting regulations. Key details include the requisition and contract numbers, the effective date, and terms regarding the award notification. The contractor is required to furnish all personnel and resources necessary to deliver telephone services, with specific contractual clauses governing payment and subcontracting limitations. The solicitation emphasizes the importance of compliance with various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring contractors uphold standards for defense contracts, including provisions for small business representations such as economically disadvantaged women-owned small businesses (EDWOSB) and service-disabled veteran-owned small businesses (SDVOSB). Overall, this document advocates the engagement of WOSBs, outlining clear procedural requirements for contracting in the federal sector.
    The document outlines an amendment to a solicitation identified as W50S8Z25QA017, specifically extending the submission deadline for offers by eight calendar days, changing the due date from April 14, 2025, to April 22, 2025. It details the acknowledgment requirements for offerors regarding the amendment, emphasizing the need for acknowledgment prior to the new deadline to avoid potential rejection of proposals. The document also includes sections for contract modifications and administrative changes, directing contractors on procedures to update any previously submitted offers. The overall purpose of this amendment is to inform bidders of procedural updates and ensure compliance with federal solicitation protocols.
    The document outlines the amendment and modification of a solicitation related to local telephone services under the National Guard Bureau. It specifies procedures for acknowledging receipt of amendments and modifying existing offers. Key components include the clarification of submission requirements, including acknowledgment of receipt via letter or electronic communication, and the importance of meeting deadlines to prevent rejection of offers. Additionally, there are details on past performance evaluations and the criteria used to assess quotes, emphasizing price and compliance with solicitation requirements. The document also introduces an agency protest program intended to resolve issues between interested parties and the National Guard, providing guidelines for submitting protests. Furthermore, instructions for quote preparation highlight the organizational and formatting requirements for submissions, stressing adherence to Federal Acquisition Regulations (FAR). The document serves as a reference for contractors on submitting compliant bids and understanding evaluation criteria.
    The document outlines an amendment regarding a federal solicitation, extending the submission deadline for offers from April 22, 2025, to April 24, 2025. It details the procedures for bidders to acknowledge this amendment, stating that offers must recognize receipt prior to the specified deadline, with options for acknowledgment including completion of certain items on the amendment form or communication through letters or electronic means. Additionally, the amendment specifies that any changes to previously submitted offers must reference the solicitation and amendment numbers and also be submitted by the revised deadline. The document emphasizes the importance of adhering to these procedures to avoid the rejection of offers. The amendment is officially signed to validate the changes made, ensuring all prior terms of the solicitation remain in effect unless otherwise specified. This document is a standard form used to modify solicitations or contract orders within federal procurement processes, underscoring the regulatory framework governing such transactions.
    The document appears to be inaccessible due to a technical issue with rendering its contents, highlighting the need for a compatible PDF viewer. It does not provide any pertinent information regarding federal government RFPs, grants, or state and local RFPs. Without content to analyze, I cannot identify the main topic or summarize key ideas. The intended utility of such documents typically involves providing guidelines for funding opportunities, project proposals, or grant applications, aimed at encouraging agencies and organizations to submit applications in response to specific federal or local government needs. However, since the file remains unreadable, no summary or critical analysis can be performed at this time.
    Lifecycle
    Title
    Type
    Telephone Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    Session Initiation Protocol Telephony Services
    Buyer not available
    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.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Buyer not available
    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.
    Local Exchange Services for Fort Leavenworth, KS.
    Buyer not available
    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.
    Local Exchange Services for Fort McCoy, WI.
    Buyer not available
    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.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    AMEND - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN COLUMBUS, OH AND AL
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 customer lease between Columbus, OH, and Alabama. This procurement involves telecommunications services classified under the NAICS code 517111, specifically targeting wired telecommunications carriers, and is critical for ensuring reliable communication capabilities. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, with proposals due by December 8, 2025. For further inquiries, potential bidders can contact Angelina Hutson or Benjamin Sparlin via their respective emails.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Buyer not available
    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.
    AMEND 0004 - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN OH AND ND.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 customer lease between Ohio and North Dakota. This procurement is aimed at fulfilling a controlled access requirement for telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The selected contractor will be responsible for delivering commercial products and services as outlined in the solicitation, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes by the specified due date, and access to the solicitation documents requires a DITCO Basic Agreement along with verification of the requestor’s UEI or CAGE code. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via their respective emails.