Local Exchange Services for Fort Bliss, TX.
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 proposals for Local Exchange Services at Fort Bliss, TX. This Request for Quote (RFQ), solicitation number W91RUS25QA018, is for local voice and data circuits, including access and transport services. The acquisition is not set-aside for small businesses. Quotations are due February 21, 2026.
Scope of Work
The contractor will provide comprehensive local exchange access services, analog and digital access transport services, and inter/intra-Local Access Transport Area (LATA) interconnect functions. This includes all necessary transmission facilities, equipment, materials, maintenance, and design to support designated government locations.
Key services include:
- Local Exchange Access: Commercial subscriber lines, off-premise extensions, CENTREX, exchange access trunks, and transport services. Basic services like dial tone, direct inward/outward dialing, E911/911, and operator assistance.
- Transport Services: Local exchange transport channels for various lines and circuits, including ISDN, data, DS-1, DS-3, and optical carrier signals up to OC-48.
- Circuit Termination: Responsibility for circuit termination at government facilities (Main Distribution Frame, DSX panels, RJ-45 jack panels).
Contract Details
- Solicitation Number: W91RUS25QA018 (RFQ IAW FAR Parts 12 and 13)
- NAICS: 517111 (Telecommunications), Small Business Size Standard: 1500 employees.
- Set-Aside: Not set-aside for small businesses.
- Contract Type: Firm-Fixed Price (anticipated).
- Performance Periods: Installation/Cut-Over (CLIN 0001) and Base Year (CLIN 0001).
- Place of Performance: Fort Bliss, TX.
- Response Due: February 21, 2026, 06:00 AM Z.
- Published Date: December 16, 2025.
Submission Requirements
Offerors must submit quotations via e-mail to the Contracting Officer. Only facilities-based incumbent and competitive local exchange carriers certified by the State of Texas will be accepted. Submissions must include:
- Contracting Information: Unique Entity Identifier (UEI) and proof of Texas certification.
- Pricing: A completed price quotation spreadsheet (provided as "25QA018 Price Quotation.xlsx") detailing Non-Recurring Charges (NRC), Monthly Recurring Charges (MRC), and applicable taxes/fees. Quotations must cover ALL circuits in the SOW Appendix 10.
- Technical Solution: A detailed narrative and network diagram describing facilities, network, and infrastructure. Solutions must allow the US Army to designate DISA's mandatory long distance provider.
- Past Performance: Information from recent contracts (last three years) demonstrating relevant experience in local exchange services.
Evaluation Factors
Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering:
- Price: Total amount for the base year and all option years.
- Technical Capability: Acceptable (meets minimum SOW requirements) or Unacceptable.
- Past Performance: Evaluated based on recency (last three years), relevancy, and quality of services. Rated Acceptable or Unacceptable.
Special Requirements & Notes
- Contractor must comply with specific service restoration times (e.g., Catastrophic: 4 hours).
- Equipment must be upgradeable and expandable.
- A 24-hour point of contact for service outages is required.
- Continuity of Services clause (52.212-4 Addendum) requires transitioning services without termination liability.
- Offerors are encouraged to complete Representations and Certifications at SAM.gov.