Local Telecommunications Services
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 Air Force, specifically AFLCMC PZI, is conducting a Sources Sought for market research to identify businesses capable of providing Local Telecommunications Services at Wright-Patterson Air Force Base (WPAFB), OH. This effort seeks a comprehensive, vendor-hosted, IP-based voice solution. Responses are due by April 16, 2026, at 3 PM EDT.
Scope of Work
The requirement is for a fully managed, IP-based voice solution, including all necessary transmission facilities, equipment, materials, maintenance, and engineering. The service must be delivered to two distinct physical sites on the installation for redundancy, routed via a vendor-managed private VPN with an Ethernet hand-off. The vendor will provide and install equipment to convert the service to T1/Primary Rate Interface (PRI) presentation at Government demarcation points.
Key features include Direct Inward Dialing (DID), Direct Outward Dialing (DOD), Caller-ID, 911/E911 services, Government Emergency Telecommunications Service (GETS) access, and national/international dialing. The solution must comply with Department of War (DoW), FCC, PUC, and industry security standards, delivering a SIP trunk that terminates on a media gateway for TDM/POTS conversion to legacy equipment. Specific requirements include porting 53,000 DID numbers and providing IP Voice Trunk Services for up to 1000 concurrent calls, with detailed configurations for Area A Building 10262 and Area B Building 20015.
Performance Standards & Special Requirements
Performance standards include specific response times for outages (e.g., 4 hours for Emergency) and service orders (e.g., 3 days for Emergency). Special requirements involve submitting Installation, Cutover, and Decommission Plans within 15 days post-award, conducting a site survey, adhering to safety codes, providing 24x7x365 technical support, and maintaining a secure online portal for Government personnel.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 517111, Wired Telecommunications Carriers (Small Business Size Standard: 1,500 employees)
- PSC: D304 - IT AND TELECOM- TELECOMMUNICATIONS AND TRANSMISSION
- Set-Aside: None specified (market research stage)
- Response Due: April 16, 2026, 3 PM EDT
- Published: March 26, 2026
Submission Details
Interested businesses should submit a capabilities statement (max 6 pages, Times New Roman 12pt) and a Rough Order of Magnitude (ROM). The statement must address past work (Federal Government contracts, prime/sub, value, POC), technical skills, company profile (DUNS, CAGE, UEI, Small Business certifications), and available contract vehicles. Submissions, including feedback on the draft SOW and Appendix, should be emailed to Harold Wooten (harold.wooten@us.af.mil) and Richard Saltsman (richard.saltsman@us.af.mil) with the subject "LTS Sources Sought". Proprietary information must be clearly marked.