Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2025 SAM #8678
SOLICITATION NOTICE

D -- LTS Conversion to SIP Trunking

Notice Date
8/28/2025 12:53:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F26QA010
 
Response Due
9/8/2025 7:00:00 AM
 
Archive Date
09/23/2025
 
Point of Contact
Scott Homner, Phone: 6082454757
 
E-Mail Address
scott.homner@us.af.mil
(scott.homner@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FAR Part 13 procedures will be utilized. Solicitation Number W50S9F-26-Q-A010 is hereby issued as a Request for Quote (RFQ). A firm fixed price contract award is anticipated. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04, effective 6/11/2025 and Defense Federal Acquisition Regulation Supplement (DFARS) Change 01/17/2025 effective 01/17/2025. This acquisition is being conducted using full and open competition. The North American Industry Classification System (NAICS) code for this project is 517111, and Product Service Code (PSC) code is DG11. The Small Business Size Standard for this NAICS is 1,500 Employees. Description of Requirement: This requirement, for the 115th Fighter Wing in Madison, WI, will replace Local Telecommunication Services (LTS) and Long-Distance (LD) services that are currently provided on a low-speed time-division multiplexed (LSTDM) circuit with session initiation protocol (SIP). All connectivity requirements and features currently transported over the existing LSTDM must be migrated to a direct SIP circuit path without loss of capabilities. This PWS will be for a direct SIP circuit. The installation has Avaya SBCs running v8.1 and an Avaya PBX running CM8.1 will be used. This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365). The requirement includes a base period for installation and one year of services, and four one-year option periods for continuation of services. The target date for start of service is 01 November 2025. Instructions to Quoters: For detailed instructions, see �Addendum to 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services�, located in the SF1449. General instructions: 1. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Do not email attachments that exceed 15mb in aggregate. You will receive an acknowledgement when your quote is received. 2. All questions shall be in writing. Questions shall only be emailed to the primary point of contact shown on this RFQ. Questions must be submitted no later than 4 business days prior to the response date/time. Site Visit: A site visit is offered on 20 August 2025 at 10:00 am CDT. Those interested in attending must complete and return the SFS Form 12 no later than 48 hours prior to the site visit to be preapproved for base entry. Each attendee must possess a REAL ID for base entry. Evaluation Criteria: FAR 52.212-2 is not included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation provides the best value to the Government. Determination of best value will include an evaluation of price, past performance, delivery schedule, and technical characteristics and capabilities. The evaluation factors used to determine best value within this solicitation are not in a relative order of importance, nor is the relative importance assigned to each evaluation factor stated. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government�s intent to make award. This is not a commitment of funds or contract award. Award will be made to the offeror who represents the best value to the Government as outlined IAW the criteria set forth within the solicitation. No contract award will be made until appropriated funds are made available. Update 1 8/26/2025: Amendment 0001 is issued. Erroneous information in Performance Work Statement (PWS) sections 1.4.1, 1.4.2, and 1.4.4 required revision of the PWS. Only those sections were revised. The quote due date is extended accordingly to 9/8/2025 at 9:00 am CDT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e5c4fd76136445baeb594305f7ebe9c/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN07570643-F 20250830/250828230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.