North Dakota National Guard (NDNG) Telco Central Office Services 2025
ID: W901UZ25Q5964Type: Combined Synopsis/Solicitation
AwardedMay 20, 2025
$39.2K$39,195
AwardeeLUMEN TECHNOLOGIES GOVERNMENT SOLUTIONS, INC Denver CO 80202 USA
Award #:W901UZ25PA016
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NT USPFO ACTIVITY ND ARNGBISMARCK, ND, 58506-5511, USA

NAICS

All Other Telecommunications (517810)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for NDNG Telecommunications Central Office Services, presented as Request for Quote (RFQ) W901UZ25Q5964. It specifies that the requirement is unrestricted under NAICS code 517919 for all other telecommunications. The announcement provides details on proposal submission, evaluation criteria, and relevant federal acquisition regulations. It emphasizes the importance of price and technical capability in evaluating offers and states that all bidders must be registered with the System for Award Management (SAM) to be eligible for consideration. Quotes must be submitted by 2:00 pm CST on May 2, 2025, via email or fax, with contact information provided for further inquiries. Overall, the document aims to solicit bids for telecommunications services while ensuring compliance with federal contracting standards and maintaining transparency in the procurement process.
    The DD Form 2579 is designed for documenting small business coordination in federal acquisitions, particularly under the DFARS. This form captures essential details, including contract numbers, estimated values, contracting officer information, service descriptions, and recommendations for small business set-asides. In this particular case, a request was made for telecommunications services valued at approximately $35 million for the period May 22, 2025, to May 21, 2026. The form indicates a preference for competition among large businesses, as previous attempts to engage small businesses yielded no interest due to their lack of required registrations and the industry's volatile nature. The contracting officer outlines that Lumen Technologies Government Solutions was awarded a contract on May 22, 2024. Each review section shows concurrence with the decision to proceed with a larger company, emphasizing that HUBZone price evaluation preferences apply. This document illustrates the complexities and considerations involved in federal contracting, especially regarding effort to promote small business participation in government contracts.
    The Performance Work Statement (PWS) outlines the requirements for telecommunications services for the North Dakota Army National Guard across four cities: Bismarck, Fargo, Grand Forks, and Valley City. The contractor must provide all necessary personnel, equipment, and support for telecommunication services, excluding maintenance for government-owned equipment. The contract is set for one year, with services including the provision of Direct Inward Dial (DID) numbers and T-1 data circuits. Specific ranges of DID numbers are specified for each location, alongside a commitment to respond to service issues within set timeframes. The contractor will also ensure compliance with security protocols, including physical security of government property and adherence to government regulations regarding communications security. The anticipated contract start date is May 22, 2025. This PWS reflects ongoing government efforts to secure reliable telecommunications services while adapting to evolving technology constraints.
    Similar Opportunities
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    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.
    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.
    1 Gbps Symmetrical Ethernet DIA, Rapid City, SD
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking proposals for 1 Gbps symmetrical Ethernet Dedicated Internet Access (DIA) services for its Dakota Water Science Center located in Rapid City, SD. This procurement includes a base year and two option years, emphasizing the need for reliable internet connectivity supported by fiber optic media, IPv4/IPv6 interoperability, and 24/7/365 Network Operations Center (NOC) support, along with a Service Level Agreement (SLA). The opportunity is classified under NAICS code 517111 and Product Service Code DG10, with quotes due by December 17, 2025, at 5:00 PM ET, submitted via email to Elizabeth Adam at eadam@usgs.gov. Evaluation criteria will prioritize technical capability and past performance over price, ensuring that the selected vendor meets the essential requirements outlined in the solicitation.
    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.
    Base Telecommunications Services, Dover AFB
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base, is seeking small business contractors to provide comprehensive telecommunications services. The contractor will be responsible for ensuring the availability and maintenance of the Base Telecommunications System (BTS), which includes managing an Avaya LSC, IX Voicemail, Sonus Session Border Controllers, and both outside and inside plant systems, with a requirement for 24/7 operational support. This opportunity is critical for maintaining effective communication capabilities essential to the mission of the 436 Communication Squadron. Interested parties should contact Justin Bordalo at justin.bordalo@us.af.mil or Angela Nartowicz at angela.nartowicz.1@us.af.mil for further details, and are encouraged to review the attached Performance Work Statement for specific requirements and responsibilities.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.