Opportunity

SAM #W91RUS26QA015

Army Solicitation for Local Voice and Data Circuits at Tobyhanna Army Depot, PA

Buyer

AMC ACC APG Contracting Center West Sector

Posted

March 31, 2026

Respond By

June 06, 2026

Identifier

W91RUS26QA015

NAICS

517111, 517311

This opportunity involves the U.S. Army's procurement of local voice and data circuit services for Tobyhanna Army Depot in Pennsylvania. - Government Buyer: - Department of Defense, Department of the Army, Tobyhanna Army Depot - Contracting operations managed by ACC-APG Southwest Sector, Fort Huachuca, Arizona - OEMs and Vendors: - Nortel (SL-100 switching system referenced) - No specific carrier vendors named; offerors must be certified local exchange carriers in Pennsylvania - Products and Services Requested: - 10,000 Direct-In-Dial (DID) numbers (NPA-NXX-XXXX 570-615-0000-9999 range) - Multiple commercial analog subscriber lines at specified demarcation points - E911 ALI and CAMA trunks for emergency services - Four ISDN PRI digital trunks (part numbers: 4.IPZD.103715.1, 4.IPZD.103715.2, 4.IPZD.103715.3, 4.IPZD.103715.4) - Off-Premise Extension (OPX) circuit (part number: 3.OSNJ.583583..PA) - Installation, cutover, maintenance, and restoration services - Emergency, priority, and routine service response requirements - Unique or Notable Requirements: - Offerors must be facilities-based incumbent or competitive local exchange carriers certified by Pennsylvania - All circuits listed must be quoted; partial quotations are not accepted - Proof of carrier certification, completed pricing spreadsheet, and technical/past performance documentation required - Restoration timeframes: catastrophic (4 hours), emergency (8 hours), serious (24 hours), routine (2 days) - Installation and cutover must be completed within 120 days after government acceptance - Service continuity and transition requirements specified - Place of Performance and Delivery: - Tobyhanna Army Depot, PA (primary site) - Specific delivery locations include Post Restaurant (Building 333), Dial Central Office (Building 11), and other demarcation points - Contracting office at Fort Huachuca, AZ - Related facilities in Bloomsburg and Scranton, PA for E911 services - Technical Context: - Services must interface with Nortel SL-100 switching system - Features required: E911, operator assistance, directory assistance, number portability

Description

(ii) The solicitation number is W91RUS26QA015. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. 

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06.

(iv) The applicable NAICS code is 517111 and the small business size standard is less than 1500 employees.  This acquisition is not set-aside for small businesses.

(v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule.  The contract scope and requirements are described in the attached Statement of Work (SOW).  The Statement of Work is available under the attachments section below. 

(vi) This Request for Quote is for the local voice and data circuits listed in the Statement of Work for the Tobyhann Army Depot, PA.     

(vii) Performance Periods:   

Installation/Cut-Over (CLIN 0001) Base Year (CLIN 0001) 

(viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 

52.212-1 Addendum

(b) Submission of Offers.   

(13) Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Pennsylvania to provide local exchange services.       (14) Submit quotations via e-mail to the Contracting Officer not later than the response date and time specified in the announcement.    

(15) Submit the following with each quotation:

Contracting Information

(A) The Unique Entity Identifier (UEI) number of the Offeror registered in the System for Award Management (SAM).  

(B) Proof the Offeror is a facilities-based carrier certified to provide local exchange services within the State of Pennsylvania.  Quotations will only be accepted from facilities-based carriers certified to provide local exchange services. 

(ii) Pricing. Submit a completed copy of the attached price quotation spreadsheet including the Offeror's prices and all applicable taxes, fees and surcharges. Unit prices must be limited to two decimal places.  Identify non-priced SLINs by entering NSP or NC in the unit price. The US Army is a Federal Government entity, and as such, is exempt from certain taxes.  Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule.  Quotations should not include any taxes from which the Federal Government is exempt.

(ii) Technical Solution.  A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to deliver the services in the Statement of Work to the demarcation locations.  

(iii) Past Performance Information.  Provide information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer.

Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations.

Multiple awards.  This award shall be made on an all or none basis.  Offerors must provide a quotation to provide ALL of the circuits in the Statement of Work, Appendix 10.  Quotations that do not include all of the circuits required in the Statement of Work will not be considered.

End of 52.212-1 Addendum

(viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum: 

Addendum to FAR 52.212-2

(a)  The Government will award a firm-fixed price contract 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 shall be used to evaluate offers:

Price   The total amount for the base year and all option years will be evaluated from the Pricing Schedule.     Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation and Statement of Work.  Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation and Statement of Work.

Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references.  Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an  offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation.  This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation.

 (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/ .  If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at https://www.acquisition.gov/browse/index/far, FAR Part 52 or online at https://sam.gov/.    (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda:

52.212-4 Addendum 

(w) Continuity of Services and Option to Extend Telecommunication Services. 

(1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience).

(2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration.

End of 52.212-4 Addendum 

(xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, clauses required by the FAR/DFARS/AFFARS, either by reference or full text, will also apply (clauses may be obtained via the internet at https://www.acquisition.gov/browse/index/far).

52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far  52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far  

View original listing