Local exchange services for ALTESS, Radford, VA.
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 Army is seeking local exchange services for ALTESS, Radford, VA, through a Request for Quote (RFQ) under solicitation number W91RUS26QA005. This requirement specifically covers existing TDM circuits until they are replaced by IP communications under a separate DISA initiative. Quotations are due by May 24, 2026.
Scope of Work
This opportunity requires a contractor to provide local voice and data circuits, including transmission facilities, equipment, materials, maintenance, and design for local access and transport services to designated points. Services encompass operator assistance, directory assistance, and E911 services. The contractor must be a facilities-based incumbent or competitive local exchange carrier certified by the State of Virginia. The scope includes specific functional requirements detailed in the Statement of Work (SOW), referencing Telcordia (formerly Bellcore) GR and SR documents. Long-distance charges are not within scope, and technical solutions must allow DISA as the primary interchange carrier. SIP or IP solutions cannot be accepted by the US Army NETCOM G4 Contracting Officer for this requirement.
Contract & Timeline
- Type: Request for Quote (RFQ), leading to a Firm-Fixed Price contract.
- NAICS: 517111 (Small Business Size Standard: less than 1500 employees).
- Set-Aside: Not set-aside for small businesses.
- Duration: Installation/Cut-Over (CLIN 0001) and a Base Year (CLIN 0001), with evaluation considering option years.
- Place of Performance: Radford, VA.
- Response Due: May 24, 2026, 05:00 AM EST.
- Published: January 7, 2026.
Evaluation Factors
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering Price, Technical Capability, and Past Performance. Price will evaluate the total amount for the base year and all option years. Technical Capability is rated Acceptable/Unacceptable based on meeting minimum requirements and providing a detailed narrative/network diagram. Past Performance is rated Acceptable/Unacceptable, based on recent (last three years), relevant, and quality of services. Quotations must include all circuits listed in SOW Appendix 10; partial quotes will not be considered. Offers must remain firm for 90 days.
Submission Requirements
Quotations must be submitted via email to the Contracting Officer. Submissions must include: (A) Unique Entity Identifier (UEI), (B) Proof of Virginia certification as a facilities-based carrier, (C) A completed pricing spreadsheet (2 decimal places, identify non-priced SLINs), (D) A detailed technical solution narrative and network diagram, and (E) Past performance information from the last three years, including contract details and points of contact. Offerors are encouraged to complete Representations and Certifications electronically via SAM.gov.
Additional Notes
The contract includes a Continuity of Services clause, requiring the contractor to continue services until a successor is in place, with best efforts for an orderly transition without termination liability charges. The contractor must provide a 24-hour point-of-contact for service outages with defined response times.
Contact Information
Primary Point of Contact: Scot Stedman, scot.c.stedman.civ@army.mil, 571-588-1762.