Local exchange services for the Fort Rucker Airfield, AL.

SOL #: W91RUS26QA004Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG CONT CT SW SECTOR
FORT HUACHUCA, AZ, 85613-5000, United States

Place of Performance

Fort Rucker, AL

NAICS

Wired Telecommunications Carriers (517111)

PSC

Telecom Access And Other Usage Billing Services. Includes Satellite Communications Access, Internet, Cellular Services, Landline And Telephone Services. Transport Services For Data And Voice Network Circuits And Associated Access Facilities And Services; Includes Dedicated And Virtual Data Networks. (DG11)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 7, 2026
2
Submission Deadline
Mar 24, 2026, 5:00 AM

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 the Fort Rucker Airfield, AL. This Request for Quote (RFQ) is for existing TDM circuits, as the US Army is migrating to IP circuits under a separate initiative. The requirement includes local voice and data circuits as detailed in the Statement of Work. Quotations are due by March 24, 2026.

Scope of Work

This opportunity requires a Contractor to provide comprehensive local exchange access services, including analog and digital access transport services, and inter/intra-Local Access Transport Area (LATA) interconnect functions. Services are for official Government use and encompass operator assistance, directory assistance, and emergency E911 services. The contractor must provide transmission facilities, equipment, materials, maintenance, and design to designated demarcation points. A critical note is that this requirement specifically covers existing TDM circuits until they are replaced by IP communications under a separate DISA initiative. The Statement of Work (SOW) details specific locations in Appendix 10 and outlines performance standards based on Bellcore (GR) and other industry standards.

Contract & Timeline

  • Solicitation Number: W91RUS26QA004
  • Contract Type: Firm-Fixed Price
  • NAICS: 517111 (Telecommunications)
  • Set-Aside: None (Not set-aside for small businesses)
  • Performance Periods: Installation/Cut-Over (CLIN 0001) and Base Year (CLIN 0001).
  • Installation/Cut-Over: Must be completed within 120 calendar days after Government acceptance of the cut-over plan.
  • Quotations Due: March 24, 2026, 05:00 AM EST
  • Published Date: January 7, 2026

Eligibility & Submission Requirements

  • Eligibility: Only facilities-based incumbent and competitive local exchange carriers certified by the State of Alabama to provide local exchange services will be accepted.
  • Submission: Quotations must be submitted via email to the Contracting Officer.
  • Required Documents:
    • Unique Entity Identifier (UEI) registered in SAM.
    • Proof of Alabama certification as a facilities-based carrier.
    • Completed pricing spreadsheet (26QA004 Price Quotation.xlsx) with unit prices limited to two decimal places. Must quote ALL circuits on an "all or none" basis.
    • Detailed technical solution narrative and network diagram describing facilities, network, and infrastructure. SIP or IP solutions cannot be accepted by the US Army NETCOM G4 Contracting Officer.
    • Past Performance Information from relevant contracts within the last three years.

Evaluation Factors

Award will be made to the responsible Offeror whose offer is most advantageous to the Government, considering price and other factors. Evaluation factors include:

  • Price: Total amount for base year and all option years.
  • Technical Capability: Acceptable/Unacceptable, based on meeting minimum solicitation and SOW requirements. Technical solutions must allow the US Army to designate DISA's mandatory long-distance provider.
  • Past Performance: Acceptable/Unacceptable, based on recent (last 3 years), relevant, and quality of services rendered.

Additional Notes

Offerors must ensure continuity of services and agree to transition services without termination liability charges. The contractor must provide a 24-hour point-of-contact for service outages and adhere to defined response and restoration times. This requirement is exempt from Section 508 compliance under FAR 39.204(d).

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
Local exchange services for the Fort Rucker Airfield, AL. | GovScope