Base Telecommunication Systems (BTS) at Altus AFB, OK
ID: FA441926R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

Set Aside

8a Competed (8A)
Timeline
    Description

    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.blaser_kay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines Altus Air Force Base's requirements for Base Telecommunications System (BTS) Operations and Maintenance (O&M) services. The contractor will provide personnel, equipment, and services to ensure 24/7 availability of the BTS, including VoIP systems, Cisco Unified Communications Manager, and inside/outside plant systems. Key personnel must be qualified and certified, with specific DoD 8570 IAT Level II and SEC+ or CCNA: Collaboration certifications for certain roles. The PWS details O&M actions, system outage response times (emergency, priority, routine), and comprehensive record-keeping requirements for work orders, trouble tickets, and facility information. It also covers unique work orders for various infrastructure needs, contractor performance assessment, and government-furnished property and training. The document emphasizes adherence to OEM specifications, DoD regulations, and local procedures, with a focus on system reliability and security.
    This government file, Attachment 2 - Pricing Table (dated 1 September 2025) for Altus AFB OK, outlines a comprehensive list of telecommunications and infrastructure components, installation services, and labor for a five-year contract. The document details various items under "Operation & Maintenance (O&M)" for Base BTS and Hospital BTS, along with "Pre-Priced Items" and "Unique Requirements." The pricing table, though showing $0.00 for all unit and total prices across all years, lists an extensive array of equipment from customer premise equipment like basic telephones and hazardous area phones, to inside plant equipment such as data service units, terminal block connectors, and various cable management solutions. It also includes detailed breakdowns for building inside structure cable and distribution (e.g., outlets, jacks, Cat 6 cabling, fiber optic patch panels), and outside plant cable and distribution (e.g., splicing for metallic and fiber optic cables, various metallic and fiber optic cables, manholes, conduits, and associated installation services like trenching and boring). Additionally, the file specifies different types of channel activation and cross-connection services, surface preparation and restoration, conduit repair, GPS data collection, and various telecommunications labor categories. The overall contract emphasizes the extensive scope of telecommunications infrastructure work at Altus AFB, spanning both equipment provision and detailed installation/maintenance services over a five-year period.
    This government wage determination, number 2015-5329, sets out minimum wage rates and benefits for service contract employees in specific Oklahoma counties (Greer, Harmon, Jackson, Jefferson, Kiowa, Stephens, Tillman). It specifies hourly rates for various occupations, including administrative support, automotive service, healthcare, and technical roles. The document outlines different minimum wage requirements based on contract award dates, referencing Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025. It details fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions include paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. The document also provides guidance on the conformance process for unlisted job classifications using Standard Form 1444.
    The General Decision Number: OK20250039, effective September 19, 2025, outlines prevailing wage rates and labor standards for building construction projects in Jackson County, Oklahoma. This document is crucial for federal contracts subject to the Davis-Bacon Act, specifying minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered workers. It provides detailed wage rates and fringe benefits for various trades, including boilermakers, bricklayers, electricians, power equipment operators, ironworkers, plumbers, pipefitters, and sheet metal workers, with specific classifications and their corresponding rates. The document also addresses requirements for paid sick leave under Executive Order 13706 and outlines procedures for appealing wage determinations. This comprehensive guide ensures fair compensation and compliance for construction projects in the region.
    The General Decision Number: OK20250018, effective January 3, 2025, outlines prevailing wage rates for highway construction projects in specific Oklahoma counties, including Beckham, Caddo, and Custer. This document, relevant for federal government RFPs, federal grants, and state/local RFPs, details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. It specifies hourly rates for various construction roles like carpenters, cement masons, laborers, and power equipment operators, with some rates varying by county. The document also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. It provides guidance on wage determination identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determination matters, including contacts for the WHD Branch of Wage Surveys and Construction Wage Determinations.
    The Altus AFB OK Attachment 2 - Pricing Table (dated 1 September 2025) outlines comprehensive pricing for various telecommunications and infrastructure components across five years. The document details costs for Operation & Maintenance (O&M) for base and hospital BTS, pre-priced items, and unique requirements. It also provides a detailed breakdown of estimated purchase and installation quantities and prices for numerous items, categorized under Telephone Stations, Adjuncts and External Signaling Devices, Handsets, Headsets, and Cords, Inside Plant Equipment, Data Service Unit/Channel Service Unit, Horizontal Terminal Blocks, Terminal Block Connectors, Miscellaneous Mounting Equipment, Building Inside Structure Cable and Distribution, House Wiring and Outlets, Outlets/Jacks, Fiber Optic Jacks, Inside Cable, Connector Blocks, Surface-Mount Raceway, Building Station Terminal Blocks, Building Distribution or Riser Cables, Fiber Optic Patch Panels, Fiber Optic Cable for Inside Structure Installation, Outside Plant Cable and Distribution, and Splicing for both buried metallic and underground metallic cables. The pricing table includes formulas for calculating total prices for each ordering period based on a 12-month cycle, with a specific section for a 50% evaluation of Ordering Period 5. This document serves as a crucial reference for procurement and project planning at Altus AFB, ensuring transparency and comprehensive cost estimation for telecommunications infrastructure upgrades and maintenance.
    This government document, an Equipment and Installation Performance Specification (EIPS), outlines procedures for the operation and maintenance (O&M) of the Base Telecommunications System (BTS). It details comprehensive requirements for telecommunications equipment and installation, covering customer premise equipment (CPE) like various telephone instruments (basic, proprietary, VoIP) and ancillary devices (ringers, filters, headsets, modems). The EIPS also specifies standards for inside plant infrastructure, including channel activation, switch expansion, uninterruptible power supplies, and terminal blocks. Furthermore, it addresses building wire and cable systems, emphasizing distribution, premise wiring, jack outlets, and fiber optic installations. The document concludes with specifications for outside plant (OSP) cable and distribution, including metallic and fiber optic cable systems, terminations, and connections, all while adhering to numerous government, federal, and national safety and technical standards like MIL-STD, CFR, OSHA, ANSI, TIA/EIA, and RUS.
    This document outlines instructions and conditions for offerors responding to a competitive Section 8(a) set-aside Request for Proposal (RFP) for the Department of the Air Force. It emphasizes strict adherence to proposal preparation, formatting, and submission guidelines, warning that non-compliance may lead to disqualification. Proposals must be submitted electronically via email or on CDs/DVDs, with specific instructions for each method, including base access requests for hand-delivered submissions. The RFP follows a Performance Price Tradeoff source selection, aiming for the 'Best Value' award. Offerors must submit four volumes: Administrative Documents (no page limit), Price (10-page limit for additional info), Technical (10-page limit), and Past Performance (10-page limit, max two pages per contract). Each volume has detailed content requirements, including proof of 8(a) certification, pricing tables, personnel qualifications, transition plans, and relevant past contract performance.
    This document outlines the evaluation factors for awarding a government contract using a Performance Price Tradeoff source selection in accordance with FAR, DFARS, and DAFFARS. The award prioritizes best value, allowing for tradeoffs between price and performance, and may go to a higher-priced offeror if their past performance outweighs the cost difference. The government intends to award without discussions, so offerors must submit their best proposals upfront, meeting all solicitation requirements. Proposals will be evaluated on price, technical acceptability, and past performance. The evaluation process involves reviewing administrative documents, ranking proposals by Total Evaluated Price (TEP), and then assessing the lowest-priced, responsive proposals for technical acceptability and past performance until at least two technically acceptable offers and one with a Substantial Confidence past performance rating are identified. Technical evaluation includes sub-factors like full-time personnel and certification requirements. Past performance considers recency, relevancy, and quality, leading to a performance confidence assessment. The Source Selection Authority will make the final best value award decision.
    This government solicitation, FA441926R0001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide comprehensive operation and maintenance (O&M) services for the Base Telecommunication System (BTS) at Altus Air Force Base. The contract, effective from May 1, 2026, to April 30, 2031, with a maximum order limit of $30,000,000, requires a contractor to furnish all labor, tools, parts, and incidentals for wired telecommunications and networked voice, video, and data services, ensuring 24/7 availability. Key requirements include O&M for the base and MDG BTS, pre-priced items, and unique requirements. The document outlines detailed clauses for contract administration, payment instructions via Wide Area WorkFlow (WAWF), security, contractor access to Air Force installations, and Common Access Card (CAC) procedures. It also incorporates various FAR and DFARS clauses related to business ethics, small business utilization, labor standards, and environmental protection, with specific attachments for the Performance Work Statement, pricing tables, and wage determinations.
    Similar Opportunities
    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.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    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.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    Session Initiation Protocol Telephony Services
    Dept Of Defense
    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.
    Local Exchange Services for the McAlester AAP, OK.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified local exchange carriers to provide local voice and data circuits for the McAlester Army Ammunition Plant (AAP) in Oklahoma. The procurement involves a Request for Quote (RFQ) for local exchange access services, including installation and cutover plans, transport services, and compliance with various industry standards and regulations. This contract is crucial for ensuring reliable communication services for government operations, with a performance period that includes a base year and specific requirements outlined in the attached Statement of Work. Interested parties must submit their quotations, including proof of certification as a facilities-based carrier in Oklahoma, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.