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 Telecommunication Services (LTS) at Joint Base San Antonio (JBSA) Lackland and Fort Sam Houston, TX. This Full & Open Competition Unrestricted opportunity seeks a contractor to provide essential telecommunication services, including local dial-tone, SIP trunking, and long-distance services, on a 24/7/365 basis. Quotes are due by Tuesday, May 5, 2026, at 2:00 P.M. CDT.
Scope of Work
The contractor will provide comprehensive LTS, including labor, tools, materials, and equipment, ensuring compatibility with existing Government infrastructure. Key services include:
- Local Dial-Tone & Ancillary Services: 24/7/365 support with 99.9% availability.
- VoIP System Support: Integration with 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).
- Direct-Inward-Dialing (DID) Numbers: Support for 40,000 DIDs at JBSA-Lackland and 60,000 at JBSA-Fort Sam Houston.
- Long Distance Services: Domestic VoIP (flat rate) and international (per-minute billing).
- E911 Compatibility: With required diagrams.
- Equipment Provision: Contractors must provide and manage all necessary equipment, including routers and Session Border Controllers (SBCs).
- Performance Standards: Adherence to ITU standards for voice/video, and specific outage response/restoration times (e.g., 2-hour response for all outages, 2-8 hours restoration for critical issues).
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: A 12-month Base Year, four (4) one-year option periods, and an optional six-month extension.
- Set-Aside: Full & Open Competition Unrestricted.
- NAICS Code: 517111 (Size Standard: 1500 Employees).
- Place of Performance: JBSA-Lackland and JBSA-Fort Sam Houston, TX.
Submission & Evaluation
- Quotes Due: Tuesday, May 5, 2026, 2:00 P.M. CDT.
- 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).
- Quote Preparation: Quotes must be in English and consist of four volumes: Administrative Requirement, Pricing Schedule, Comprehensive Work Plan (CWP), and Work Experience (including three recent and relevant SIP Trunking contracts).
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA). Only the two lowest technically acceptable quotes will be considered.
- Mandatory Requirements: SAM registration, acknowledgment of all amendments, and quotes effective for 90 days. FAR 52.222-90 (Addressing DEI Discrimination) applies.
Key Dates & Actions
- Site Visit: Tuesday, April 7, 2026, 8:30 a.m. CDT (meet 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, 12:00 Noon CST.
- Number Porting Deadline: August 31, 2026 (phased porting considered).