Active Solicitation · DEPT OF DEFENSE
AI Summary
The Department of the Air Force is seeking quotes for local commercial communications services, including the installation of a fiber circuit and SIP services for a base year plus four option years. The solicitation number is FA460826QS013, and quotes are due by 3:00 PM CDT on May 4, 2026. This opportunity is not set aside for small businesses.
This solicitation has been amended therefore please revise before submitting a quote. Combined Synopsis Solicitation This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number FA460826QS013 is issued as a request for quotation (RFQ), for local commercial communications services. This acquisition is not a set-aside for small business concerns. This document primarily incorporates provisions and clauses by reference IAW Federal Acquisition Circular FAC 2026-01, effective 13 March 2026 and the Revolutionary FAR Overhaul (RFO) as applicable. Full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotations. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. If funds are not available to fund the entire contract value, the Government reserves the right to re-evaluate quotations by unit price per service and issue an award on a SOME, NONE, or ALL basis for each individual service needed. Description of Requirement: The purpose of this requirement is to install and deliver a fiber commercial circuit and associated equipment that will provide Session Initiation Protocol (SIP) services for a period of one (1) base year plus four (4) option years. Work will provide services for 120 concurrent base call paths, 15,000 base numbers, provide 36,000 free off net (commercial conus long distance) call minutes, charge per minute for all off net minutes above the 36,000 threshold, and bill per minute per country for all international calls located along Barksdale Blvd IAW Attachment 1, Performance Work Statement, Dated 17 Apr 2026. Period of Performance: Base Year: 01 July 2026 - 30 June 2027 Option Year 1: 01 July 2027 - 30 June 2028 Option Year 2: 01 July 2028 - 30 June 2029 Option Year 3: 01 July 2029 - 30 June 2030 Option Year 4: 01 July 2030 - 30 June 2031 Contract Line Item Number (CLIN): CLIN Product/Service Description Quantity Unit Unit Price Total 0001 BVOIP 12 MO 0002 IPS with router 12 MO 0003 Fees/Surcharges 12 MO 0004 *International Calls, Rate By Country 1 LO 0005 Off-Net 12 LO 0006 One-Time Transition-In / Installation Services 1 LO 1001 BVOIP 12 MO 1002 IPS with router 12 MO 1003 Fees/Surcharges 12 MO 1004 International Calls, Rate By Country 1 LO 1005 Off-Net 12 LO 2001 BVOIP 12 MO 2002 IPS with router 12 MO 2003 Fees/Surcharges 12 MO 2004 *International Calls, Rate By Country 1 LO 2005 Off-Net 12 LO 3001 BVOIP 12 MO 3002 IPS with router 12 MO 3003 Fees/Surcharges 12 MO 3004 *International Calls, Rate By Country 1 LO 3005 Off-Net 12 LO 4001 BVOIP 12 MO 4002 IPS with router 12 MO 4003 Fees/Surcharges 12 MO 4004 *International Calls, Rate By Country 1 LO 4005 Off-Net 12 LO * Contractors will submit a separate International Calling Rate Chart that details the firm-fixed per-minute rate for all available international countries. The rates provided in the separate International Calling Rate Chart will be incorporated into the resulting contract and will serve as the binding rates for CLIN 0004, 1004, 2004, 3004, and 4004. ** In the event the Government exercises its option under 52.217-8, Option to Extend Services, the Contractor shall provide services for a period not to exceed six months. The services shall be provided at the same prices and rates as those established for Option Year 4 of the contract (CLINs 4001 through 4005). Monthly recurring services will be priced per month at the rate established in Option Year 4. Usage-based services will be billed at the per-unit rates established for Option Year 4. Best Value Determination: Contract award will be based on price and technical factors to determine best value. As detailed in 52.212-2, best value will be determined by ranking quotes from lowest to highest price and awarding to the lowest-priced offeror that meets all technical requirements. Due Date and Time: Questions must be submitted via email to the Contract Specialist and Contracting Officer listed below by 12:00 PM Central Daylight Time (CDT) on Tuesday, 14 April 2026. Answers to questions submitted IAW specified due date will be provided on or around Friday, 17 April 2026. Quotes must be submitted via email to the Contract Specialist and Contracting Officer listed below by 3:00 PM CDT on Monday, 04 May 2026. Points of Contact (POC): Contract Specialist: Millye Santiago-Cruz; Telephone: (318) 456-1353; Email: millye.santiago-cruz@us.af.mil Contracting Officer: Tiffany Collazo; Telephone: (318) 456-3400; Email: tiffany.collazo.2@us.af.mil Applicable Provisions in Full Text: 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (a) Submission of offers. Submit offers (quotes) to the POC specified in this solicitation IAW due dates and times specified in this solicitation. Quotes will include: (1) Offerors name/company name, address, telephone number and email address. (2) Offerors SAM Unique Entity Identifier (UEI) number. (3) Offerors must review Attachment 2, Wage Determination. Be advised that 52.222-55, 'Minimum Wages for Contractor Workers Under Executive Order 14026,' remains in effect as of the date of this solicitation. Although the executive order was rescinded, the implementing clause has not yet been modified. Therefore, any conflict between the attached Wage Determination and 52.222-55 will be resolved in favor of the clause. (4) Information necessary to evaluate the factors contained in the provision at 52.212-2. (5) Technical Plan not exceeding two (2) pages outlining how Offeror will accomplish the task outlined below in subsection (A). The Technical Plan should be clear, concise, and include sufficient detail for effective evaluation and to substantiate the stated information. The Technical Plan should not rephrase or restate the Governments requirements but rather provide convincing rationale to address how the Offeror intends to meet the requirement(s). Offerors should assume the Government has no prior knowledge of their company or experience and will use the information in the Technical Plan to evaluate the quote. Offerors Technical Plan should include: (A) The manner in which the offeror will provide essential Telecommunication Services (TS) and features supporting Barksdale AFB IAW Attachment 1, Performance Work Statement, Dated 17 Apr 2026. (6) A statement specifying agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (7) Instructions for International Calls (CLINs 0004, 1004, 2004, 3004, and 4004): (A) Offerors are to submit a separate International Calling Rate Chart (e.g., in Microsoft Excel or PDF format) that details the firm-fixed per-minute rate for all available international countries. The rates provided in this separate chart will be incorporated into the resulting contract and will serve as the binding rates for billing. (B) For the purpose of establishing a Total Evaluated Price (TEP), the Government has established a Not-To-Exceed (NTE) Plug Number. For each of the International Call CLINs (0004, 1004, 2004, 3004, and 4004), offerors will enter a Unit Price of $1,000.00. This will result in a Total Price of $1,000.00 for each of these line items. While this plug number will be used for evaluation, actual payment will be made in arrears based on actual usage and the rates submitted in the offeror's International Calling Rate Chart. (8) Instructions for One-Time Transition-In / Installation Services (CLIN 0006): (A) For CLIN 0006, offerors will price all labor, materials, and any other costs required to meet the initial service and installation requirements of the Performance Work Statement. If an offeror is the incumbent provider and no transition or installation services are required, the offeror will enter a price of $0.00 for CLIN 0006. A price of $0.00 will be interpreted by the Government to mean that all installation and transition requirements are already satisfied. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. (c) Late submissions, modifications, revisions, and withdrawals of offers. Offerors are responsible for submitting quotes in electronic format to the listed POC by the due date and time specified in this solicitation. It is the Offerors responsibility to follow up with the POC to ensure quote was received on time. (d) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offerors initial offer should contain the Offerors best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agencys evaluation of the significant weak or deficient factors in the debriefed Offerors offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) 52.212-2 EvaluationCommercial Products and Commercial Services (a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price: The total evaluated price (TEP) will include the total price of all line items for the base period and all option periods. For CLINs 0004, 1004, 2004, 3004, and 4004 (International Calls), the TEP will include the Government-provided plug number amount specified in the Instructions to Offerors. The Government will evaluate the offeror's submitted International Calling Rate Chart to ensure the proposed per-minute rates are complete, fair, and reasonable. The price will be evaluated based upon the TEP and ranked lowest to highest. The price evaluation will determine whether the proposed price is complete, fair and reasonable, and not unbalanced (2) Technical: Lowest three (3) offers will undergo technical evaluation. The offers will then be evaluated against the requirements of this solicitation. If any or all three (3) of the lowest offers require a major rewrite or such substantial revision that the Offerors prospect for award is not realistic, they may be considered non-responsive and removed from competition, and the Government may evaluate higher-priced offers. If three (3) or fewer offers are received, then all quotes received will be sent for technical evaluation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-5 Authorized Deviations in Provisions (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) Applicable Provisions Incorporated by Reference: 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7, System for Award ManagementRegistration 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products 52.229-11, Tax on Certain Foreign ProcurementsNotice and Representation 52.240-90, Security Prohibitions and Exclusions Representations and Certifications 252.203-7005, Forms at on Relating to Compensation of Former DoD Officials 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.209-7021, Prohibition Relating to Conflicts of Interest in Consulting Services Certification 252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 252.225-7000, Buy American Balance of Payments Program 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation Applicable Clauses In Full Text: 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Regulation Supplement 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. Payment request and receiving report are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. N/A (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Invoice 2in1 (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial financing, submit a commercial financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4608 Admin DoDAAC** FA4608 Inspect By DoDAAC XXXXXX (Will be entered if solicitation results in an award) Ship To Code XXXXXX (Will be entered if solicitation results in an award) Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) XXXXXX (Will be entered if solicitation results in an award) Service Acceptor (DoDAAC) XXXXXX (Will be entered if solicitation results in an award) Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request IAW the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF Points of Contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF points of contact. Northwest Louisiana APEX Accelerator, (318) 677-2519, apex@shreveportchamber.org (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) Applicable Clauses Incorporated by Reference: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award ManagementMaintenance 52.204-91, Contractor identification 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Terms and ConditionsCommercial Products and Commercial Services 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-23, Sustainable Products and Services 52.224-3, Privacy Training 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds TransferSystem for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.240-91, Security Prohibitions and Exclusions 52.240-92, Security Requirements 52.244-6, Subcontracts for Commercial Products and Commercial Services 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7022, Expediting Contract Closeout 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.225-7021, Trade Agreements 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 252.247-7028, Application for U.S. Government Shipping Documentation/Instructions Air Force Specific Terms and Conditions: Elimination of Use of Class I Ozone Depleting Substances (Jun 2024) Health and Safety on Government Installations (Jul 2023) Contractor Access to Department of the Air Force Installations (June 2024) AFGSC Ombudsman (Jul 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for Air Force Global Strike Command (AFGSC) acquisitions, Director of Contracts, Air Force Installation Contracting Center (AFICC), Operating Location (OL) Global Strike Command (GSC) (AFICC/KG OL?GSC) via the following e?mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330?1060, Phone number (571) 256?2395, Facsimile number (571) 256?2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) Solicitation Attachments: Attachment 1, Performance Work Statement, Dated 17 Apr 2026 Attachment 2, Wage Determination
Communication Service is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.