Local voice and data circuits for the Tobyhanna Army Depot, PA.
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 Army is seeking local voice and data circuits for the Tobyhanna Army Depot, PA, under Solicitation Number W91RUS26QA015. This Request for Quote (RFQ) will result in a firm-fixed price contract. Responses are due by June 6, 2026. Only Pennsylvania-certified facilities-based local exchange carriers are eligible to submit quotations.
Scope of Work
The contractor will provide comprehensive local exchange access services, including analog and digital access transport, and inter/intra-Local Access Transport Area (LATA) interconnect functions. This encompasses all necessary transmission facilities, equipment, materials, maintenance, and design to deliver services to designated demarcation points. Key services include operator assistance, directory assistance, and emergency E911 services, exclusively for official Government use at Tobyhanna Army Depot. The Statement of Work (SOW) details specific services, quantities, and locations in Appendix 10.
Contract & Timeline
- Solicitation Type: Request for Quote (RFQ)
- Contract Type: Firm-Fixed Price
- NAICS Code: 517111 (Telecommunications Carriers)
- Set-Aside: None (Not set-aside for small businesses)
- Response Due: June 6, 2026, 5:00 AM ET
- Published Date: March 31, 2026
- Performance Periods: Installation/Cut-Over (CLIN 0001) and Base Year (CLIN 0001).
Eligibility & Submission Requirements
- Mandatory Eligibility: Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Pennsylvania to provide local exchange services. Proof of certification is required.
- Submission Method: Via email to the Contracting Officer.
- Required Documents:
- Unique Entity Identifier (UEI) number.
- Proof of Pennsylvania certification as a facilities-based carrier.
- Completed pricing spreadsheet (attached to the solicitation), including all applicable taxes, fees, and surcharges.
- Detailed technical solution, including a narrative and network diagram describing facilities, network, and infrastructure.
- Past Performance Information from relevant contracts performed within the last three years, demonstrating ability to perform similar local exchange services.
- Award Basis: Award will be made on an "all or none" basis; offerors must quote all circuits listed in SOW Appendix 10. Prices must be held firm for 90 days.
Evaluation Factors
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering Price, Technical Capability, and Past Performance.
- Price: Evaluated based on the total amount for the base year and all option years.
- Technical Capability: Rated as Acceptable if the quotation clearly meets the minimum requirements of the solicitation and SOW.
- Past Performance: Rated as Acceptable if recent (within the last three years), relevant, and the quality of services clearly meet minimum requirements.
Special Contract Provisions
The contract includes a "Continuity of Services and Option to Extend Telecommunication Services" clause (FAR 52.212-4 Addendum), requiring the contractor to continue services until a release date is established and to facilitate an orderly transition to a successor. The contractor is responsible for issuing disconnect orders to the incumbent provider and complying with FCC and State Public Utility Commission mandates for number portability. Diversity/diverse routing for local communications services is required. Performance standards include specific restoration timeframes for outages, ranging from 4 hours for catastrophic to 2 calendar days for routine outages, with a mandatory 24-hour point-of-contact for service outages.