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 is conducting a Sources Sought for Local Telecommunications Services at Wright-Patterson Air Force Base (WPAFB), OH. This is a market research effort to identify businesses capable of providing a comprehensive, vendor-hosted, IP-based voice solution. Responses, including a capabilities statement and Rough Order of Magnitude (ROM), are due by April 16, 2026, at 3 PM EDT.
Scope of Work
The requirement is for a fully managed, IP-based voice service delivered to two distinct physical sites at WPAFB for redundancy. The vendor must provide all necessary transmission facilities, equipment, materials, maintenance, and engineering. Services will be routed through a vendor-managed private VPN and delivered via an Ethernet hand-off, with conversion to T1/Primary Rate Interface (PRI) presentation at Government demarcation points.
Key services include:
- Direct Inward Dialing (DID), Direct Outward Dialing (DOD), Caller-ID Delivery.
- Emergency 911/E911 services (vendor provides basic public-facing ALI; installation manages primary PSAP).
- Government Emergency Telecommunications Service (GETS) access and national/international dialing.
- Delivery of a SIP trunk terminating on a media gateway to convert service to TDM trunks or POTS lines for legacy equipment.
- Porting of approximately 53,000 PUCO assigned DID Dial Plan blocks.
- IP Voice Trunk Services capable of carrying up to 1000 concurrent calls, with T1/PRI physical handoff at two specific sites (Area A Building 10262 and Area B Building 20015).
- Compliance with Department of War (DoW), FCC, PUC, and industry security standards.
Performance Standards
- Outage Response: 1 hour for coordination, 4 hours for Emergency, 24 hours for Serious, 2 calendar days for Routine.
- Service Restoration: Based on priority assigned by CSO.
- Service Orders: Within 3 calendar days for Emergency, 7 for Priority, 14 for Routine.
Submission Requirements
Interested businesses must submit a capabilities statement (max 6 pages) and a ROM. The capabilities statement should address:
- Past performance on similar requirements (Federal Government contracts, prime/sub, value, POC).
- Specific technical skills relevant to the PWS.
- Company profile (DUNS, CAGE, UEI, Small Business certifications).
- Available contract vehicles (e.g., GSA FSS).
Submissions, including feedback on the draft SOW and Appendix, must be emailed to Harold Wooten (harold.wooten@us.af.mil) and Richard Saltsman (richard.saltsman@us.af.mil) with the subject line "LTS Sources Sought".
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 517111 (Wired Telecommunications Carriers), Small Business Size Standard: 1,500 employees.
- Product/Service Code: D304 - IT AND TELECOM- TELECOMMUNICATIONS AND TRANSMISSION.
- Set-Aside: None specified (for market research).
- Response Due: April 16, 2026, 3 PM EDT.
- Published: April 13, 2026.
- Place of Performance: Wright-Patterson Air Force Base, OH.
Additional Notes
This is for informational purposes only and does not constitute a solicitation or commitment by the Government. Proprietary information should be clearly marked.