Local exchange services for Fort Hamilton, NY.
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 Fort Hamilton, NY, through a Request for Quote (RFQ). This opportunity, identified as W91RUS25QA017, requires facilities-based incumbent or competitive local exchange carriers certified by New York State to provide voice and data circuits. Quotes are due February 21, 2026.
Scope of Work
The contractor will provide comprehensive local exchange access services, including analog and digital access transport, and inter/intra-Local Access Transport Area (LATA) interconnect functions. This encompasses all necessary transmission facilities, equipment, materials, maintenance, and design. Specific services include commercial subscriber lines, exchange access trunks, CENTREX features, various transport services (e.g., DS-1, DS-3, OC-3), circuit termination, number portability, service restoration, diversity, operator assistance, and E911/311 services. Services are limited to official Government use.
Contract Details
- Solicitation Type: Request for Quote (RFQ) IAW FAR Parts 12 and 13
- NAICS: 517111 (less than 1500 employees)
- Set-Aside: None (Not set-aside for small businesses)
- Contract Type: Firm-Fixed Price
- Period of Performance: Installation/Cut-Over (CLIN 0001) and Base Year (CLIN 0001). Installation/cutover must be completed within 120 calendar days after Government acceptance of the plan.
- Place of Performance: Fort Hamilton, Brooklyn, NY.
Submission Requirements
Offerors must submit:
- UEI number (registered in SAM).
- Proof of NY State certification as a facilities-based carrier.
- A completed pricing spreadsheet (provided template) detailing non-recurring and monthly recurring charges, including applicable taxes, fees, and surcharges. Quotes must include ALL required circuits.
- A detailed technical solution narrative and network diagram describing facilities, network, and infrastructure. The solution must allow the US Army to designate DISA's mandatory long-distance provider as the primary interchange carrier.
- Past performance information from relevant contracts performed within the last three years, demonstrating similar scope and complexity.
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering:
- Price: Total amount for the base year and all option years.
- Technical Capability: Must clearly meet minimum solicitation and SOW requirements (Acceptable/Unacceptable).
- Past Performance: Evaluated based on recency (last 3 years), relevance, and quality of services (Acceptable/Unacceptable).
Key Dates & Contact
- Quotes Due: February 21, 2026, via email to the Contracting Officer.
- Published Date: December 16, 2025
- Contact: Scot Stedman, scot.c.stedman.civ@army.mil, 571-588-1762.
- Special Note: Offerors must hold prices firm for 90 days. The contractor must ensure continuity of services and cooperate in an orderly transition if the contract expires or is terminated.