Base Telecommunications Services, Dover AFB
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting quotes for Base Telecommunications Services (BTS) at Dover Air Force Base, DE. This requirement is for comprehensive operations and maintenance (O&M) of the base's telecommunications infrastructure. The government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This acquisition is a combined synopsis/solicitation issued as a Request for Quote (RFQ).
Scope of Work
The contractor will provide O&M services for the Base Telecommunications System (BTS), including the Avaya LSC, IX Voicemail suite, Sonus Session Border Controllers (SBCs), outside plant (OSP), and inside plant systems. Key services include monthly maintenance, preventive maintenance inspections (PMIs), system and service outage restoration, line moves, adds, changes, and disconnects, cable location and marking, and voice mail support. The PWS (Attachment 1) details specific performance standards, including 24/7 availability and defined response times for outages. The effort requires a minimum of 7 qualified personnel, including Avaya certified technicians, and adherence to security guidelines and OSHA standards.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Ordering Period: May 1, 2026 – September 30, 2030
- Place of Performance: Dover Air Force Base, DE 19901
- NAICS Code: 517111 (Small Business Size Standard: 1,500 employees)
- Set-Aside: Historically Underutilized Business Zone (HUBZone) Small Business; Service-Disabled Veteran-Owned Small Business (SDVOSB); and Women-Owned Small Business (WOSB) Eligible Under WOSB Program Set-Aside.
Submission & Evaluation
- Questions Due: March 25, 2026, no later than 12:00 P.M. EST
- Quotes Due: April 8, 2026, no later than 12:00 P.M. EST
- Submission: Quotes must be prepared in three volumes: Technical, Past Performance, and Price.
- Evaluation: Award will be based on Technical Approach/Plan, Past Performance, and Price. The government may seek clarifications.
- Eligibility: Offerors must have an active Federal Government contracts registration in SAM.
Key Attachments
- Attachment 1 (PWS): Details the comprehensive requirements for O&M services.
- Attachment 2 (Current Equipment): Provides an approximation of the existing telecommunication network infrastructure.
- Attachment 3 (Specification Sheet): Lists parts, equipment, and labor rates for pricing proposals.
- Attachment 4 (Provisions and Clauses): Contains applicable FAR/DFARS clauses and WAWF payment instructions.
- Attachment 5 (Wage Determination): Specifies minimum wage rates and fringe benefits for Kent County, DE.
Additional Notes
A site visit will not be conducted. All communications regarding this opportunity should be sent to Ms. Angela M. Nartowicz (angela.nartowicz.1@us.af.mil), SSgt Justin Bordalo (justin.bordalo@us.af.mil), Ms. Charidy Coppes-Vessels (charidy.vessels@us.af.mil), and 436cons.pkb.org@us.af.mil.