The RFP Database
New business relationships start here

Local Telecommunication Services


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The 38 CONS/PKA office located at Tinker Air Force Base (TAFB), Oklahoma is publicizing this Sources Sought Notice (SSN) to gather industry information with respect for local exchange telecommunications services. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), Request for Quote (RFQ), nor Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation or notices shall be made available on the Federal Business Opportunities (FBO) website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the FBO website for release of a solicitation package and/or any updates and/or amendments.

The Government is seeking to identify qualified, experienced, and interested telecommunications services vendors capable of performing the type of work as described in Attachment 1, Draft Performance Work Statement (PWS).

The following North American Industry Classification System (NAICS) code applies to this SSN: 517311 "Wired Telecommunications Carriers." The size standard for this NAICS code is 1,500 employees. The Government is interested in all Large and Small Businesses (SBs) that are capable of performing the draft PWS requirements.

All interested parties are invited to respond. The SSN responses will be used by the Air Force for market research and to facilitate decision making. SSN responses will not be disclosed outside the agency. If your organization would like to provide a response to this SSN, respond in accordance with the following:

The response shall not exceed ten pages. Your response shall include the following:

1. Company name, address, primary Point Of Contact (POC), telephone number, email address, website (if applicable), Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, and NAICS code(s).

2. Company's business size and/or socioeconomic status in accordance with Federal Acquisition Regulation (FAR) 19.3 (i.e. large business, SB, Emerging SB, Small Business Administration (SBA) Certified 8A Program Participant, SBA Certified HUB Zone, Small Disadvantaged Business, Service Disabled Veteran Owned SB, Veteran Owned SB, Woman-Owned SB).

 3. A listing of any Department of Defense or other Federal Government contracts for local exchange telecommunications services that have been provided within the last three years.

4. Attachment 2 identifies the places of performance, which include CONUS Air Force and Air National Guard installations. Please mark "Y" for Yes and "N" for No for each site that your organization can provide local access telephone service.

5. How does your company provide local exchange access services for other Government agencies?

6. Does your company have any subcontracting/partnership/joint venture/teaming arrangements currently for local exchange access services? If so, please identify the names and cage codes of such partners.

7. Is your company an Incumbent Local Exchange Carrier (ILEC), Competitive Local Exchange Carrier (CLEC), or at times both?

8. Are there restrictions, such as Local Access and Transport Areas (LATA), which affect the way your company is able to provide services in different geographical areas?

9. Is there any condition or action that may restrict competition to local exchange access services?

10. Identify any specific site situations or limitations that might a) prevent or preclude your company from responding to future solicitations for work described in the draft PWS at the locations provided in Attachment 2, or b) prevent your company from successfully performing such work.

 11. Does your company have tariffs on file with state public utilities commissions or does your company use catalog pricing? If so, please provide web address to such information.

12. Does your company plan to end providing legacy services, such as analog trunks and switches? If so, please provide dates and services your company will no longer provide these services and provide your company's replacement solution(s) for these legacy services.

13. Does your company have any active/current interconnection agreements with other companies to provide local exchange access services? If so, please provide companies and states with which you have agreements.

14. If your company has an interconnection agreement with an ILEC and the ILEC chooses to end legacy services during your company's PoP, how does your company plan to continue to provide legacy services (e.g. Basic Rate Interface (BRI) and Primary Rate Interface (PRI)) for the Government, assuming a particular site is not ready to move to Internet Protocol (IP) or other newer technology services?


15. Does your company have the capability of providing E-911 services? If so, please identify the sites that you can provide this service.

You may provide comments to the draft PWS. The comments presented in your response to this SSN will be considered internally by the Government. The Government does not intend to provide responses to your comments or to the responses to the questions presented under this SSN.


Responses shall be submitted to the following Government POCs:

Julie A. Cody, Contracting Officer, julie.cody@us.af.mil

Toni L. McCabe, Contract Specialist, toni.mccabe.1@us.af.mil




Julie A. Cody, Contracting Officer, Phone 4057347586, Email julie.cody@us.af.mil - Toni L. McCabe, Contract Specialist, Phone 405-736-8737, Email toni.mccabe.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP