ContractSolicitation

Amendment 1 - SBD1 & SBD41 Local Telecommunication Services (LTS) Reacquisition

DEPT OF DEFENSE FA251726Q0012
Response Deadline
May 29, 2026
21 days left
Days Remaining
21
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force’s United States Space Force is seeking a firm-fixed-price quotation for the reacquisition of Local Telecommunication Services for Space Base Delta 1 and Space Base Delta 41. The work includes local exchange access, IP access transport, intra-LATA interconnect functions, and supporting services such as SIP trunking, E911, directory assistance, maintenance, facilities, and labor, along with initial installation and cutover support for the communications system. The requirement is centered at Schriever Space Force Base in Colorado Springs and includes a six-month base period, four one-year option periods, and a six-month extension, with evaluation based on the lowest total evaluated price among technically acceptable quotes. Quotes are due by May 29, 2026, to the listed Space Force contacts, offerors must be registered in SAM.gov, and submissions must include a priced quote plus technical documentation not exceeding 15 pages.

Classification Codes

NAICS Code
517111
Wired Telecommunications Carriers
PSC Code
DG11
IT and Telecom - Network: Satellite Communications and Telecom Access Services

Solicitation Documents

11 Files
Amendment 1 - Draft Combined Synopsis - LTS.pdf
PDF228 KBMay 8, 2026
AI Summary
The Department of the Air Force, United States Space Force, Space Base Delta 1, has issued a draft combined synopsis/solicitation (FA251726Q0012) for Local Telecommunication Services (LTS) Reacquisition at Space Base Delta 1 (SBD1) and Space Base Delta 41 (SBD41). This Request for Quotation (RFQ) seeks a Firm Fixed Price purchase order, with a NAICS code of 517111 (Wired Telecommunications Carriers) and a 1,500-employee size standard. The solicitation incorporates provisions from the Revolutionary FAR Overhaul (RFO) and anticipates a performance start date of July 1, 2026. The contract includes a six-month base period, four one-year option periods, and a six-month extension. Quotes will be evaluated based on the lowest total evaluated price meeting technical acceptability. Questions are due by May 22, 2026, and quotes by May 29, 2026, submitted to kaela.reed@spaceforce.mil and ralph.mayer@spaceforce.mil. Offerors must be registered in SAM.gov and submit a two-part quote: Priced Quote and Technical Documentation (not exceeding 15 pages).
Attachment 1 - LTS - PWS 2026-05-07.pdf
PDF281 KBMay 8, 2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for local telecommunication services for Space Base Delta 1 and Space Base Delta 41. The contractor must provide comprehensive local exchange access, IP access transport, and intra-LATA interconnect functions, including all necessary facilities, equipment, maintenance, and labor. Services include operator assistance, directory assistance, 911/E911, and long-distance services, adhering to FCC, PUC, DOD, AF, and industry standards. The PWS details various services such as Commercial Subscriber Lines, Exchange Access Trunks, SIP Trunking, Enhanced 911, Off Premise Extensions, and Point-to-Point/Multi-Path IP Circuits. It also covers service restoration, maintenance, public listings, telephone directories, service order completion times, and annual traffic analysis. Security requirements include employee listings, identification, traffic laws, prohibition of weapons, handling of Controlled Unclassified Information (CUI), physical security, controlled/restricted area access, and key control. The contractor must also comply with combating trafficking in persons and operational security training. Site-specific requirements are detailed in accompanying appendices.
Attachment 2 -Appendix 1 PSFBv3.pdf
PDF397 KBMay 8, 2026
AI Summary
The provided PDF document is protected and cannot be viewed with the current reader. It requires a compatible PDF reader that supports files protected by Microsoft Office. Therefore, the content of the file, which would typically pertain to federal government RFPs, federal grants, or state and local RFPs, cannot be accessed or summarized.
Attachment 3 - Appendix 2 SSFBv3.pdf
PDF200 KBMay 8, 2026
AI Summary
The document outlines the requirements for local telecommunications services for Space Base Delta 1 (SBD 1) and SBD 41 at Schriever SFB, CO. The contractor is responsible for initial installation and cutover services for a Cisco Unified Communications System located in Building 400. The government will provide necessary equipment, facilities, and access. The cutover date is 60 days from the award. The required services include 20,019 Direct-In-Dial Directory Numbers across several (719) prefixes, and 13 commercial subscriber lines. It also details SIP trunks with specific concurrent call paths and outlines substantial long-distance and international calling minutes. The contractor must also provide E911 services, routing on-base 911 calls to the Schriever Fire Department. Public listings are required for seven government sections and one cross-reference listing. The document specifies that any government-owned infrastructure used by the contractor will require reimbursement or leasing through 21 CES.
Attachment 4 - Appendix 3 CMSFSv03.pdf
PDF373 KBMay 8, 2026
AI Summary
The provided PDF document is protected and cannot be viewed with the current reader. It explicitly states that a different, compatible PDF reader is required, specifically one that supports files protected by Microsoft Office. Therefore, the content of the file, which may be related to federal government RFPs, federal grants, or state and local RFPs, cannot be accessed or summarized at this time.
Draft Combined Synopsis - LTS.pdf
PDF228 KBMay 8, 2026
AI Summary
The Department of the Air Force, United States Space Force, is issuing a draft combined synopsis/solicitation, FA251726Q0012, for Local Telecommunication Services (LTS) Reacquisition at Space Base Delta 1 (SBD1) and Space Base Delta 41 (SBD41). This Request for Quotation (RFQ) seeks proposals for a Firm Fixed Price full and open purchase order under NAICS code 517111. The solicitation anticipates a formal proposal due date of May 29, 2026, with an estimated performance start date of July 1, 2026. The contract will include a six-month base period for phase-in/cutover, four one-year option periods, and a six-month extension. Quotes will be evaluated based on the lowest total evaluated price meeting technical criteria on an acceptable/unacceptable basis. Technical documentation, not exceeding 15 pages, must detail approaches for cutover, PRI gateways, CAMA/ANI/ALI services, outage restoration, and access demarcation. Questions are due by May 8, 2026, and quotes by May 29, 2026, to the specified contacts. Companies must be registered in SAM.gov.
Attachment 5 - LTS Provisions and Clauses rvsd(2).pdf
PDF37 KBMay 8, 2026
AI Summary
This government file, FA251726Q0012, details numerous clauses incorporated by reference and in full text relevant to federal government contracts, particularly within the Department of Defense. Key clauses address areas such as whistleblower rights, compliance with safeguarding defense information, prohibition on acquiring covered defense telecommunications equipment, small business subcontracting plans, and preference for domestic commodities. It also includes regulations concerning business operations with the Maduro Regime and procurements from the Xinjiang Uyghur Autonomous Region. Significant sections cover payment instructions via Wide Area WorkFlow (WAWF), requirements for certified cost or pricing data when only one offer is received, representation regarding cloud computing use, and options for extending services and contract terms. Furthermore, the document outlines rules for reporting executive compensation, subcontract awards, and information regarding contractor responsibility matters, including past administrative proceedings. Provisions for tax on certain foreign procurements and evaluation factors for commercial products and services are also included. The file emphasizes compliance, financial transparency, and ethical conduct for contractors.
Attachment 6 - LTS CLIN Sheet.xlsx
Excel59 KBMay 8, 2026
AI Summary
No AI summary available for this file.
Attach 1 - LTS - PWS dated 16 Jan 26.pdf
PDF1611 KBMay 8, 2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for local telecommunication services supporting Space Base Delta 1 and Space Base Delta 41. The contractor will provide comprehensive local exchange access, IP access transport, and intra-LATA interconnect functions, including all necessary facilities, equipment, maintenance, and design. Services encompass commercial subscriber lines, exchange access trunks, SIP trunking, enhanced 911, and various IP circuits. The PWS details service restoration timeframes for catastrophic, emergency, serious, and routine outages, along with specific requirements for service orders, traffic analysis, customer service records, and invoice reconciliation. The document also addresses security, safety, and environmental regulations, emphasizing compliance with federal and local standards. The goal is to ensure reliable and compliant telecommunication services for the designated government installations.
Attachment 7 - WD 2015 5417 03 Dec 2025.pdf
PDF46 KBMay 8, 2026
AI Summary
This government file is a wage determination (No. 2015-5417, Revision No. 31, dated 12/03/2025) for Colorado, specifically El Paso and Teller Counties, under the Service Contract Act. It outlines required fringe benefits and hourly wage rates for numerous occupations across various categories, including Administrative Support, Automotive Service, Health, Information Technology, and Mechanics. The document details health and welfare benefits, vacation accrual, and eleven paid holidays annually. It also includes important footnotes regarding computer employees and air traffic controllers/weather observers, hazardous pay differentials, and uniform allowances. Furthermore, it provides a comprehensive conformance process for classifying unlisted occupations and their corresponding wage rates, ensuring compliance with federal regulations.
Attachment 8 - Old DAFFARS Clauses.pdf
PDF222 KBMay 8, 2026
AI Summary
This document outlines mandatory and optional clauses and provisions for Department of the Air Force (DAF) solicitations, awards, and Performance Work Statements (PWS) as guided by the DAF-Contracting-Compass. Key provisions include the appointment of an Ombudsman for conflict resolution, strict Organizational Conflict of Interest (OCI) verbiage with various alternates depending on the contractor's role, and mandatory potential OCI statements. Also detailed are clauses for Long Lead Limitation of Government Liability in procurements with advance funds, the elimination of Class I Ozone Depleting Substances (ODS) unless approved, and health and safety requirements for work on Government installations. Contractor access to DAF installations and Common Access Card (CAC) procedures for personnel requiring logical or physical access are also specified. Contracting Officers must validate and tailor these clauses to specific requirements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 23, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 29, 2026
expiryArchive DateJun 13, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA2517 21 CONS BLDG 350

Point of Contact

Name
Kaela Reed

Place of Performance

Colorado Springs, Colorado, UNITED STATES

Official Sources