Malmstrom AFB Long-Distance & 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 / Market Research effort to identify qualified sources for Long-Distance and Local Telecommunications Services (LDLTS) at Malmstrom Air Force Base, Montana. This requirement supports the base 24/7/365 as it transitions from legacy Time-Division Multiplexing (TDM) to Internet-Protocol (IP) based services. Responses will help determine potential small business set-aside opportunities. Responses are due by February 3, 2026, at 12:00 PM Mountain time.
Scope of Work
The contractor will provide essential LDLTS, including local exchange access, transport service circuits, and ancillary services (excluding DSN). This involves providing all labor, tools, facilities, materials, and services for local access to designated circuit demarcation points, ensuring compatibility with existing Government infrastructure without additional expense. Services must include operator assistance functions and adhere to FCC, PUC, DoW, DAF, and industry standards. The requirement is for Government entities only, not residential or non-Government business services. Contractors are encouraged to suggest improvements to existing Telecommunication Services (TS) processes. Installation of transmission equipment and cables to Government-provided floor space and connection to power/termination frames are required, with no aerial cable installations authorized. Performance standards include 99.999% reliability for local access, specific outage notification protocols, and response times (1 hour for high priority, 24 hours for medium, 5 days for low).
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 517810, "All Other Telecommunications" ($40.0 million size standard)
- Set-Aside: Market research to identify potential small business set-aside opportunities (including 8(a), SDVOSB, HUBZone, WOSB).
- Response Due: February 3, 2026, 12:00 PM Mountain time
- Published Date: January 27, 2026
Submission & Evaluation
Interested parties must submit a summary outline of their qualifications and a completed Contractor Capability Survey. Vendor web pages will not be accepted. Responses will be used for planning purposes to determine the existence of responsible sources, assess competition, and identify potential small business set-aside opportunities. This is not an invitation for bid, quotation, or proposal, and no contract award will result from this synopsis.
Additional Notes
The requirement is considered Information Technology (IT) in accordance with DFARS 239.74. Contractor personnel must comply with Force Protection Condition (FPCON) measures, Anti-Terrorism (AT) Awareness Training, and base access procedures. Appendix 1 (not provided in this summary) details site-specific equipment connectivity requirements, demarcation points, DID numbers, and exchange/access lines.