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, 502 CONS CL, is soliciting quotes for Local Telecommunications Services (LTS) to support Joint Base San Antonio (JBSA) Lackland and Fort Sam Houston, TX. This combined synopsis/solicitation (RFQ) seeks essential 24/7/365 telecommunication services. Quotes are due May 5, 2026, by 2:00 PM CDT.
Scope of Work
The contractor will provide comprehensive local "dial-tone" and ancillary telecommunication services, including labor, tools, materials, and equipment. This encompasses SIP trunking with PRI hand-off (supporting 621 concurrent call paths and 27 PRIs for JBSA-Lackland, and 529 for JBSA-Fort Sam Houston), Direct-Inward-Dialing (DID) numbers (40,000 for Lackland, 60,000 for Fort Sam Houston), Long Distance Services (domestic VoIP, international billed per-minute), Commercial Subscriber Lines, and Transport Channels. Services must be compatible with existing Government infrastructure, including legacy Nortel CS2100 and new Cisco Unified Communications Manager (CUCM) VoIP systems. The contractor is responsible for providing and managing all necessary equipment, including routers and Session Border Controllers (SBCs). Performance standards require 99.9% availability and adherence to ITU standards for Grade of Service (GoS).
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: A 12-month Base Year, followed by four (4) one-year option periods, and an optional six-month extension.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 517111 with a size standard of 1500 employees.
- Evaluation: Lowest Priced, Technically Acceptable (LPTA). Only the two lowest-priced, technically acceptable quotes will be considered for award.
Submission Requirements
Quotes must be submitted in English and comprise four volumes: Administrative Requirement, Pricing Schedule, Comprehensive Work Plan (CWP), and Work Experience (including three recent and relevant contracts). Interconnection Agreements (IAs) and an Initial Cutover Plan are required with the technical quote. A Final Cutover Plan is due within 10 business days post-award. Offerors must quote on all Contract Line Item Numbers (CLINs) and be registered in SAM.gov.
Key Dates & Contacts
- Quotes Due: May 5, 2026, by 2:00 PM CDT.
- Questions Due: April 9, 2026, by 12:00 Noon CST (submit via Attachment 3, Q&A Spreadsheet).
- Site Visit: April 7, 2026, at 8:30 AM CDT (meet at 8:00 AM CDT at 1980 Bong Ave, JBSA Lackland, Bldg 1052, 502 ISG Conference Room #118).
- Unescorted Access Request (UAR) Deadline: March 31, 2026.
- Number Porting Deadline: No later than August 31, 2026 (phased porting considered).
- Contacts: Nichole Ray (nichole.ray.1@us.af.mil), Hannah Barron (hannah.barron@us.af.mil), and Doralo Fuller (doralo.fuller@us.af.mil).
Additional Notes
Offerors must acknowledge all amendments. Quotes must remain effective for 90 days after submission. The government will provide existing rack space, environmental controls, and conditioned power.