Local T1, point-to-point, data circuit for Fort Benning, GA.
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 quotes for local T1, point-to-point, voice and data circuits for Fort Benning, GA. This is a Request for Quote (RFQ) under FAR Parts 12 and 13, identified by solicitation number W91RUS26QA016. The acquisition is for essential telecommunication services, including local exchange access, analog and digital transport, and inter/intra-LATA interconnect functions. Quotes are due by June 27, 2026.
Scope of Work
The contractor will provide comprehensive local voice and data circuit services as detailed in the Statement of Work (SOW) and Appendix 10. This includes:
- Local Exchange Access Services: Analog and digital access transport, inter/intra-LATA interconnect functions.
- Core Services: Operator assistance, directory assistance, and E911 services.
- Commercial Subscriber Lines: Basic services like dial tone, direct inward/outward dialing (DID), DTMF, equal access, call blocking, and E911/311.
- Exchange Access Trunks: Two-way dialing, channelization of digital trunks, access to Government Emergency Telephone System (GETS).
- Transport Services: Various line types including T1, ISDN, alarm circuits, data circuits, DS-1, DS-3, OC-1, OC-3, OC-12, and OC-48.
- Circuit Termination: At Main Distribution Frame (MDF), DSX patch panels, and fiber optic patch panels.
- Performance Standards: Installation/cutover within 120 days, defined service restoration times (e.g., 4 hours for catastrophic outages), and future service installation timeframes.
Contract & Timeline
- Solicitation Type: Request for Quote (RFQ)
- NAICS Code: 517111 (Telecommunications Carriers) with a small business size standard of less than 1500 employees.
- Set-Aside: This acquisition is not set-aside for small businesses.
- Contract Type: Firm-Fixed Price.
- Performance Period: Includes Installation/Cut-Over and a Base Year.
- Response Due: June 27, 2026, 05:00 AM Z.
- Published Date: May 13, 2026.
- Place of Performance: Fort Benning, GA.
Submission Requirements
Offerors must submit quotations via email to the Contracting Officer. Key requirements include:
- Eligibility: Only facilities-based incumbent and competitive local exchange carriers certified by the State of Georgia to provide local exchange services will be accepted. Proof of certification is required.
- Contracting Information: Unique Entity Identifier (UEI) registered in SAM.gov.
- Pricing: A completed Price Quotation spreadsheet (template provided), detailing non-recurring and monthly recurring charges, with unit prices limited to two decimal places. Taxes, fees, and surcharges must be identified, excluding those from which the Federal Government is exempt.
- Technical Solution: A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to deliver services to demarcation locations.
- Past Performance: Information from recent contracts (within the last three years) demonstrating relevant experience in local exchange services of similar scope and complexity.
- All-or-None Award: Quotations must include pricing for ALL circuits listed in the Statement of Work, Appendix 10. Partial quotes will not be considered.
- Offer Acceptance: Prices must be held firm for 90 days.
Evaluation Criteria
Award will be made to the responsible Offeror whose quotation is most advantageous to the Government, considering:
- Price: Total amount for the base year and all option years.
- Technical Capability: Evaluated as Acceptable or Unacceptable, based on meeting minimum solicitation and SOW requirements.
- Past Performance: Evaluated as Acceptable or Unacceptable, based on recency (within 3 years), relevancy, and quality of services rendered.
Special Conditions
The contract includes clauses for Continuity of Services and an Option to Extend Telecommunication Services, requiring the contractor to continue services during transition periods without termination liability charges and to cooperate in an orderly transition to a successor.
Contact Information
For inquiries, contact Scot Stedman at scot.c.stedman.civ@army.mil or 571-588-1762.