Local Telecommunications Services (LTS) - JBSA Lackland and Fort Sam Houston
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 soliciting proposals for Local Telecommunications Services (LTS) at Joint Base San Antonio (JBSA) Lackland and Fort Sam Houston, TX. This is a Full and Open Competition Unrestricted opportunity for a Firm Fixed-Price contract. The services are critical for maintaining 24/7/365 communication capabilities across both bases. Quotes are due by May 5, 2026.
Scope of Work
The contractor will provide essential local "dial-tone" and ancillary telecommunication services, including all necessary labor, tools, facilities, materials, and equipment. This encompasses local access to designated circuit demarcation points, ensuring compatibility with existing Government infrastructure. Key services include:
- Support for legacy Nortel CS2100 and new Cisco Unified Communications Manager (CUCM) version 14 VoIP systems.
- SIP trunking with Primary Rate Interface (PRI) hand-off (621 Concurrent Call Paths, 27 PRIs for JBSA-Lackland; 529 Concurrent Call Paths for JBSA-Fort Sam Houston).
- Provision of Direct-Inward-Dialing (DID) numbers (40,000 for JBSA-Lackland, 60,000 for JBSA-Fort Sam Houston).
- Long Distance Services (domestic VoIP, SIP signaling, international billed per-minute).
- Commercial Subscriber Lines (Analog/Flex Voice) and Transport Channels.
- E911 compatibility and service routing diagrams.
- Vendors are responsible for providing and managing all necessary equipment, including Session Border Controllers (SBCs) and routers.
- All numbers must be ported by August 31, 2026, with potential for a phased porting schedule.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 12-month Base Year, four (4) one-year option periods, and an optional six-month extension.
- Set-Aside: Full and Open Competition Unrestricted.
- NAICS Code: 517111, Size Standard: 1500 Employees.
- Place of Performance: JBSA-Lackland and JBSA-Fort Sam Houston, TX.
Submission & Evaluation
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA). Only the two (2) lowest technically acceptable quotes will be considered for award.
- Quote Preparation: Quotes must be in English and consist of four volumes: Administrative Requirement, Pricing Schedule (using Attachment 2 dated 4 May 2026), Comprehensive Work Plan (CWP), and Work Experience (up to three recent/relevant contracts).
- Special Requirements: Interconnection Agreements (IAs) and an Initial Cutover Plan must be submitted with the technical quote (if non-incumbent). Final Cutover Plan due within 10 business days after award. Technicians must reside locally and respond to outages within two hours. SAM registration is mandatory. Offerors must acknowledge all amendments and comply with FAR 52.222-90.
Key Dates & Actions
- Site Visit: Tuesday, April 7, 2026, at 8:30 a.m. CDT (meet at 8:00 a.m. CDT at 1980 Bong Ave, JBSA Lackland, Bldg 1052, 502 ISG Conference Room #118).
- Unescorted Access Request (UAR) Deadline: March 31, 2026.
- Questions Due: Thursday, April 9, 2026, by 12:00 Noon CST (submit via Attachment 3, Q&A Spreadsheet).
- Quotes Due: Tuesday, May 5, 2026, by 2:00 P.M. CST.
- Submission Method: Email to Nichole Ray (nichole.ray.1@us.af.mil), Hannah Barron (hannah.barron@us.af.mil), and Doralo Fuller (doralo.fuller@us.af.mil).