SOURCES SOUGHT - Long Distance Telecommunication Services - Fairchild AFB, WA
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 (Original)
- Original Published Date: Dec 05, 2024 10:23 am PST
- Original Response Date: Dec 13, 2024 10:00 am PST
- Inactive Policy: Manual
- Original Inactive Date: Dec 14, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
- NAICS Code:
- 517111 - Wired Telecommunications Carriers
- Place of Performance: Fairchild AFB , WA 99011USA
Description
The purpose of the sources sought is to identify available authorized businesses to provide essential Long-Distance Telecommunication Services (LDTS) and features supporting Fairchild AFB, WA Site to include 24 hours a day/seven days a week/365 days a year (24/7/365) support.
This sources sought notice is for informational and planning purposes only. Pricing information is not being requested at this time. It does not constitute a solicitation and is not to be considered as a commitment by the Government.
Brief objective and scope from draft PWS below:
Objective
This requirement will provide essential Long-Distance Telecommunications Services (LDTS) and features supporting Fairchild AFB, WA. Site specific equipment connectivity requirements are identified in Appendix 1, along with required features. This requirement will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365).
- SCOPE
The Contractor shall provide all labor, tools, facilities, materials, and services needed to perform and provide long distance and toll-free access to the designated circuit demarcation point(s) identified in Appendix 1 to this PWS. These services shall include any equipment, wiring, or infrastructure to ensure the Contractor’s proposed solution is compatible with the Government’s current infrastructure without additional Government expense. Access to the long-distance exchange shall also include operator assistance functions. These services shall not include residential or business services for non-Government entities or Government contractors. The Contractor shall follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement.
The Contractor shall provide and install transmission equipment and cables for long distance exchange access and transport service circuits to the Government-provided floor space at the Government demarcation location(s) identified in Appendix 1. The Contractor shall connect to Government-provided power connection points and termination frames. The Contractor shall coordinate with the Government Point of Contact (POC) (primary and alternate names, emails, and telephone numbers shall be provided by the Government No Later Than (NLT) five days after contract award) prior to any installation. The Government does not authorize aerial cable installations.
ANTICIPATED NAICS/SIZE STANDARD: This requirement falls under the NAICS Code of 517111, Wired Telecommunications Carriers with a size standard of 1,500 employees.
SUBMISSION OF INFORMATION: All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. A responsible potential sources shall have registered with the System for Award Management (SAM). The response should be no more than five pages providing the following information:
- Specifications of previous work
- Business name, address, CAGE code
- Size and socioeconomic classification based on NAICS size standard
- If claiming a specific small business category, provide supporting documentation
- Point of contact including email and phone number
Please respond to this request by 13 December 2024 at 10:00 AM Pacific Time
Attachments/Links
Contact Information
Contracting Office Address
- ADMINISTRATIVE ONLY NO REQUISITIONS 110 W ENT ST STE 200
- FAIRCHILD AFB , WA 99011-5320
- USA
Primary Point of Contact
- Patrick Rangel
- patrick.rangel@us.af.mil
- Phone Number 5092474870
Secondary Point of Contact
- Mimi Robertson
- mimi.robertson_lake@us.af.mil
- Phone Number 5092474862
History
- Jan 27, 2025 03:17 pm PSTCombined Synopsis/Solicitation (Original)
- Dec 14, 2024 08:55 pm PSTSources Sought (Original)