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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 6:00 PM UTC
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Services (LTS) and Long-Distance (LD) through modern Session Initiation Protocol (SIP) technologies, replacing outdated systems while ensuring compliance with federal standards.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
Apr 22, 2025, 6:07 PM UTC
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Services (LTS) and Long-Distance (LD) through emulated Session Initiation Protocol (SIP) circuits, replacing outdated low-speed time-division multiplexed (LSTDM) connections.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.
Apr 22, 2025, 6:07 PM UTC
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.
Apr 22, 2025, 6:07 PM UTC
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.
Apr 15, 2025, 11:05 PM UTC
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.
Apr 22, 2025, 6:07 PM UTC
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.
Apr 22, 2025, 6:07 PM UTC
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.
Apr 22, 2025, 6:07 PM UTC
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.
Apr 22, 2025, 6:07 PM UTC
Lifecycle
Title
Type
Telephone Services
Currently viewing
Solicitation
Similar Opportunities
Local & Long Distance Commercial Telecommunication Services Conversion
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract to convert Local Telecommunication Services (LTS) from low-speed time-division multiplexed (LSTDM) circuits to emulated Session Initiation Protocol (SIP) circuits at the Springfield-Beckley Air National Guard Base and Blue Ash Air National Guard Base in Ohio. The contractor will be responsible for providing all necessary labor, tools, materials, and services to ensure a seamless transition to the new SIP technology, which is crucial for maintaining operational efficiency and 24/7 service availability. This opportunity is set aside 100% for small businesses under NAICS code 517111, with a contract duration of 12 months and four optional renewal years. Interested parties must submit their quotes by May 12, 2025, at 2:00 PM EST, and can direct inquiries to TSgt Samantha McKinney at samantha.mckinney.1@us.af.mil or Daniel Nuttall at daniel.nuttall.2@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 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.
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.
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.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 104, TELECOM SWITCH ROOM, 104 JAMES GIAMMALVO ROAD, OTIS ANG, MA AND BLDG CS047, TELCO ROOM, 4710 COOPER AVE, FORT MEADE, MD
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 2.5GB wavelength service connecting telecommunications switch rooms located in Otis Air National Guard Base, Massachusetts, and Fort Meade, Maryland. The procurement requires compliance with stringent testing and acceptance criteria, including a 72-hour soak test and a high operational availability of 99.5%, ensuring reliability and security in telecommunications services. Proposals must include detailed installation plans and address potential delivery delays, with a service implementation date set for June 6, 2025. Interested contractors must submit their quotes by May 12, 2025, and can contact Jennifer Voss or Kristina Hoff for further information.
FY25 Commercial Internet/Leased Fiber/TV Cable
Buyer not available
The Department of Defense, specifically the Kansas Army National Guard, is seeking contractors to provide Commercial Internet, Television, and Direct Leased Fiber Services for various government facilities. The contract will span one base year with four optional years, requiring 24/7 uninterrupted service, including during emergencies, and adherence to stringent quality control and security protocols. These services are vital for maintaining effective government communications and ensuring compliance with applicable regulations. Interested parties should contact Kristy Rubio at kristy.a.rubio.civ@army.mil or Vernon L. Verschelden at vernon.l.verschelden.civ@army.mil, with the total estimated contract value being up to $600,000 over its duration.
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.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) LEASE BETWEEN (BLDG) 322, (ROOM) FRAME, 322 PRATT AVENUE, CARLISLE BARRACKS, PA(CARLSLBK/CCI) AND AND (BLDG) 1668, (ROOM) 1021, 1668 PORTER STREET, FT DETRICK, MD(FTDETRCK/CCI).
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 channelized OC-12 telecommunications service between Carlisle Barracks, PA, and Fort Detrick, MD. This procurement aims to establish a reliable telecommunications infrastructure that operates 24/7 with a minimum reliability threshold of 99.5%, ensuring effective communication between military locations. Interested vendors must adhere to stringent technical requirements, including conducting site surveys and providing detailed installation plans, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by April 23, 2025, with the service expected to be operational by August 21, 2024; for further inquiries, vendors can contact Jennifer Voss or Angelina Hutson via email.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 168, ROOM 141, 168 IZZEA STREET, OTIS ANGB, MA AND BLDG 1646A, FRAME ROOM, 81 GRENIER STREET, HANSCOM AFB, MA.
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 2.5GB wavelength service between two military locations in Massachusetts. The procurement aims to enhance telecommunications infrastructure critical for military operations, requiring compliance with specific technical standards and operational redundancy to ensure reliability. Contractors must submit detailed proposals that include installation methods and adherence to Federal Acquisition Regulation (FAR) clauses, with a deadline for quotes set for May 12, 2025, and a service commencement date expected by September 6, 2025. For further inquiries, interested parties may contact Jennifer Voss or Kristina Hoff via email.
Microwave Line of Sight Field Service Representative
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "Microwave Line of Sight Field Service Representative" to provide essential support services for military operations in Kuwait. The contract requires qualified vendors to supply personnel, equipment, and services to ensure effective communication and data exchange, with a focus on maintenance, logistics, and technology refreshment for the Microwave Line of Sight program. This initiative is critical for enhancing operational capabilities and ensuring seamless communication for U.S. military operations, particularly in support of CENTCOM. Interested parties must submit their proposals by April 30, 2025, with inquiries due by April 23, 2025, and can contact Chelsea M. Ng at chelsea.m.ng.civ@army.mil or Charles L. Friend at charles.l.friend.civ@army.mil for further information.