Local Telecommunications Services (LTS) - JBSA Lackland and Fort Sam Houston
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force has issued Amendment 0001 to Solicitation FA301626Q0004 for Local Telecommunications Services (LTS) at Joint Base San Antonio (JBSA) Lackland and Fort Sam Houston, TX. This combined synopsis/solicitation seeks to procure essential 24/7/365 telecommunication services. Quotes are due by April 21, 2026, at 2:00 P.M. CST.
Purpose & Scope
This Request for Quote (RFQ) is for comprehensive local "dial-tone" and ancillary telecommunication services, including labor, tools, materials, and equipment. The services must be compatible with the Government's current infrastructure and adhere to FCC, PUC, DoD, and Air Force standards. The requirement covers both JBSA-Lackland and JBSA-Fort Sam Houston.
Key Requirements
- JBSA-Lackland: Support for legacy Nortel CS2100 and new Cisco Unified Communications Manager (CUCM) version 14 VoIP system, SIP trunking (621 Concurrent Call Paths, 27 PRIs), 40,000 Direct-Inward-Dialing (DID) numbers, Long Distance Services, Commercial Subscriber Lines, Transport Channels, and E911 compatibility.
- JBSA-Fort Sam Houston: Support for legacy Nortel CS2100 system, SIP trunking (529 Concurrent Call Paths), 60,000 DID numbers, Long Distance Services, Commercial Subscriber Lines, Transport Channels, and E911 compatibility.
- Performance: 99.9% availability for continuous operation, with specific response and restoration times for outages.
- Deliverables: A Comprehensive Work Plan (CWP) detailing management, technical capability, and installation/cutover plan. Offerors must provide up to three recent and relevant contracts demonstrating experience.
- Personnel: Technicians must reside locally and respond within two hours of outage notification.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed Price (FFP).
- Period of Performance: 12-month Base Year, four (4) one-year option periods, and an optional six-month extension.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 517111, with a size standard of 1500 employees.
- Mandatory: SAM registration is required for award eligibility.
Submission & Evaluation
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA). Only the two (2) lowest-priced, technically acceptable quotes will be considered.
- Quote Preparation: Quotes must be in English and consist of four volumes: Administrative Requirement, Pricing Schedule, Comprehensive Work Plan, and Work Experience. Failure to quote on all CLINs will render the quote unacceptable.
- Submission Method: Email responses to nichole.ray.1@us.af.mil, hannah.barron@us.af.mil, and doralo.fuller@us.af.mil.
Key Dates & Actions
- Site Visit: Tuesday, April 7, 2026, at 8:30 a.m. CDT. Meet at 8:00 a.m. CDT at 1980 Bong Ave, JBSA Lackland, TX 78236, Building 1052, 502 ISG Conference Room #118.
- Unescorted Access Request (UAR) Deadline: March 31, 2026 (using Attachment 4).
- Questions Due: Thursday, April 9, 2026, by 12:00 Noon CST, submitted via Attachment 3 (Q&A Spreadsheet).
- Quotes Due: Tuesday, April 21, 2026, by 2:00 P.M. CST.
- Note: Offerors must acknowledge all amendments and ensure quotes are effective for 90 days.