Skip to main content

An official website of the United States government

You have 2 new alerts

Commercial Local Exchange Carrier (CLEC)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Aug 01, 2024 08:41 am EDT
  • Original Published Date: May 30, 2024 10:30 am EDT
  • Updated Response Date: Aug 14, 2024
  • Original Response Date: Jun 13, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 29, 2024
  • Original Inactive Date: Jun 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7C21 - IT AND TELECOM - OTHER DATA CENTER FACILITIES PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Patrick AFB , FL 32925
    USA

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.


The Request for Proposal (RFP) number is FA252124QB042 shall be used to reference any written responses to this source sought.


Patrick Space Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 517111. The size standard for this proposed NAICS is 1500 employees.


Description: The requirement is for a Commercial Local Exchange Carrier (CLEC) to provide dial tone capability to allow inbound/outbound calls in the local area of Patrick SFB, FL and Cape Canaveral SFS, FL.


Salient Characteristics: This requirement will provide essential Local Telecommunication Services (LTS) and features supporting Patrick SFB/Cape Canaveral, FL. Site specific equipment connectivity requirements are identified in Appendix 1, along with required features. This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365).


Attachments:
Performance Work Statement (PWS); 24QB42 LTS - PWS_29MAY24
24QB042 LTS - Appendix 10_29MAY24


45 CONS is interested in any size business that can meet this requirement.


Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include in your capabilities package your UEI, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.


NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!


Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business "set-aside decision.”
All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required equipment and services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.


DISCLAIMER: This Sources sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked "proprietary" will be handled accordingly. Responses to the sources sought notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government does not guarantee any action beyond this notice. The Government may not respond to questions posed in Industry responses.


ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via https://www.sam.gov


Please submit the information electronically in PDF format by 1400, 13JUN24 and reference RFP # FA252124QB042 to the Contracting Officer Kevin Brisco, kevin.brisco@spaceforce.mil and 45cons.pkb.email@us.af.mil. Telephone responses will not be accepted.

Contact Information

Contracting Office Address

  • AF BPN NO MLSBLS PROC CP 3214946871 1201 EDWARD H WHITE II ST MS 7200
  • PATRICK SFB , FL 32925-3237
  • USA

Primary Point of Contact

Secondary Point of Contact

History