Loading...
F4F1AS6076AC01
Response Deadline
Apr 16, 2026, 7:00 PM(EDT)3 days
Eligibility
Contract Type
Sources Sought
**DISCLAIMER**
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
INTRODUCTION
This SOURCES SOUGHT is a market research tool to determine the availability and technical capability of businesses to provide the required products and/or services.
PROGRAM BACKGROUND
The requirements are for a comprehensive, vendor-hosted, IP-based voice solution. The vendor shall provide all necessary transmission facilities, equipment, materials, maintenance, and engineering required to deliver a fully managed voice service.
The vendor shall deliver the service to two distinct physical sites on the installation to ensure redundancy and continuity of operations. All services must be routed through a vendor-managed private VPN and delivered via an Ethernet hand-off. At the Government's demarcation points, the vendor is required to provide and install all necessary equipment to convert the service to a T1/Primary Rate Interface (PRI) presentation.
The solution must include, but is not limited to: Direct Inward Dialing, Direct Outward Dialing, Caller-ID Delivery of Name and Number, emergency 911/E911 services, Government Emergency Telecommunications Service (GETS) access, and national/international dialing capabilities. The vendor is responsible for all aspects of the service up to and including the physical hand-off at the T1/PRI equipment demarcation points.
All services, equipment, and performance must comply with the security requirements of the Department of War (DoW), as well as all applicable Federal Communications Commission (FCC), Public Utility Commission (PUC), and industry standards. The Internet Telephony Service Provider (ITSP) shall deliver a SIP trunk that terminates on a media gateway. This gateway will convert the service to provide TDM trunks or POTS lines for connection to legacy, non-VoIP equipment, such as a PBX, key system, or analog end instrument.
These services are for Government use only and shall not extend to non-Government entities or contractors. Note: Government data networks and end equipment will not be available for contractor use.
A draft Statement of Work (SOW) and Appendix is attached for review.
PLACE OF PERFORMANCE
Wright-Patterson Air Force Base (WPAFB)
ADDITIONAL INFORMATION
The applicable NAICS Code for this requirement is 517111, Wired Telecommunications Carriers with a Small Business Size standard of 1,500 employees. The Product/Service Code (PSC) for this effort is D304 - IT AND TELECOM- TELECOMMUNICATIONS AND TRANSMISSION. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code.
SUBMISSION DETAILS
Interested businesses are requested to submit a capabilities statement of no more than six (6) pages in length in Times New Roman in a font of no less than 12 and a Rough Order of Magnitude (ROM) for the completion of the requirements.
Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:
Responses to this Sources Sought shall be electronically submitted to Harold Wooten (harold.wooten@us.af.mil) and Richard Saltsman (richard.saltsman@us.af.mil) in either Microsoft Word or Portable Document Format (PDF) via e-mail with the subject line “LTS Sources Sought”. Additionally, feedback on the statement of work and appendix are welcome with your submittal.
The deadline for response to this request is 16 April 2026 @ 3PM EDT Eastern Daylight Savings Time.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.
Harold Wooten
Richard T. Saltsman
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
FA8604 AFLCMC PZI
FA8604 AFLCMC PZI
CP 937 656 7394
2275 D ST BLDG 16 RM 128
WRIGHT PATTERSON AFB, OH, 45433-7228
NAICS
Wired Telecommunications Carriers
Set-Aside
No Set aside used