AI helper
This is a sources sought notice for market research to determine the availability and technical capability of businesses to provide a comprehensive, vendor-hosted, IP-based voice solution for Wright-Patterson Air Force Base, OH. The vendor will be responsible for all transmission facilities, equipment, materials, maintenance, and engineering. The service must be delivered to two distinct physical sites for redundancy and continuity, routed through a vendor-managed private VPN, and delivered via an Ethernet handoff. The vendor must provide and install equipment to convert the service to a T1 Primary Rate Interface (PRI) presentation at the government's demarcation points. The solution must include DID, DOD, caller ID, 911/E911, GETS access, and national/international dialing. The vendor is responsible for all aspects of the service up to the T1/PRI equipment demarcation points, and all services must comply with Department of War (DOW) security requirements and applicable FCC, PUC, and industry standards. The internet telephony service provider (ITSP) will deliver a SIP trunk terminating on a media gateway to provide TDM trunks or POTS lines for legacy equipment. These services are for government use only. A draft Statement of Work (SOW) and appendix are attached. The applicable NAICS code is **** (Wired Telecommunications Carriers) with a small business size standard of 1,500 employees. The PSC is D304. Interested businesses should submit a capabilities statement (max 6 pages) and a rough order of magnitude (ROM) by April 16, 2026, at 3 PM EDT. The capabilities statement should address past performance, specific technical skills, company profile (DUNS, CAGE, UEI), small business qualifications, and available contract vehicles. Feedback on the draft SOW and appendix is also welcome. Submissions should be sent electronically to ***@***. *. * and richard. saltsman@us. af. mil.
The deadline for response to this request is 16 April 2026 @3pm EDT Eastern Daylight Savings Time.
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: what type of work has your company performed in the past in support of the same or similar requirement if the work was performed for the federal government, please include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, government point of contact, and a brief description of how the referenced contract relates to the services described in the draft pws. What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft pws provide a statement including your company profile to include DUNS number, CAGE code, UEI, etc. Also indicate if you qualify as a small business to include any small business certifications such as, small disadvantaged, women owned, HUBZone, service disabled veteran owned, etc. Any contract vehicles that would be available to the government for the procurement of the product and service, to include GSA Federal Supply Schedules FSS, or any other government agency contract vehicle.