Skip to content
Department of Defense

Local Exchange Services for the Blue Grass Army Depot, KY.

Solicitation: W91RUS26QA011
Notice ID: cb0e81ba79ff4c08b54336fe2703c409
TypeCombined Synopsis SolicitationNAICS 517111PSCDG11DepartmentDepartment of DefenseAgencyDept Of The ArmyStateKYPostedMar 12, 2026, 12:00 AM UTCDueMay 23, 2026, 05:00 AM UTCCloses in 71 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: KY. Response deadline: May 23, 2026. Industry: NAICS 517111 • PSC DG11.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W91RUS26QA011. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.

12-month awarded value
$4,962,196
Sector total $234,345,134 • Share 2.1%
Live
Median
$67,919
P10–P90
$8,442$233,372
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.1%
share
Momentum (last 3 vs prior 3 buckets)
+1707%($4,441,697)
Deal sizing
$67,919 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for KY
Live POP
Place of performance
Richmond, Kentucky • 40475 United States
State: KY
Contracting office
Fort Huachuca, AZ • 85613-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
KY20260096 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Kentucky • Nelson
Rate
BOILERMAKER
Base $43.85Fringe $28.44
Rate
CARPENTER (Includes Acoustical Ceiling Installation, Drywall Hanging, Metal Stud Installation, Form Work, and Floor Laying - Carpet and Vinyl)
Base $30.80Fringe $22.34
+35 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 35 more rate previews.
Davis-BaconBest fitstate match
KY20260096 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Nelson
Rate
BOILERMAKER
Base $43.85Fringe $28.44
Rate
CARPENTER (Includes Acoustical Ceiling Installation, Drywall Hanging, Metal Stud Installation, Form Work, and Floor Laying - Carpet and Vinyl)
Base $30.80Fringe $22.34
Rate
MILLWRIGHT
Base $35.54Fringe $29.13
+34 more occupation rates in this WD
Davis-Baconstate match
KY20260033 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Pike
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.05Fringe $30.87
Rate
BOILERMAKER
Base $43.85Fringe $28.44
Rate
CARPENTER (Drywall Hanging and Metal Stud Installation Only)
Base $37.04Fringe $26.57
+34 more occupation rates in this WD
Davis-Baconstate match
KY20260073 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Kenton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
ELECTRICIAN
Base $40.96Fringe $22.44
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $44.14Fringe $16.41
+19 more occupation rates in this WD
Davis-Baconstate match
KY20260065 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Campbell
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
ELECTRICIAN
Base $40.96Fringe $22.44
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $44.14Fringe $16.41
+19 more occupation rates in this WD

Point of Contact

Name
Scot Stedman
Email
scot.c.stedman.civ@army.mil
Phone
5715881762

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG CONT CT SW SECTOR
Contracting Office Address
Fort Huachuca, AZ
85613-5000 USA

More in NAICS 517111

Description

(ii) The solicitation number is W91RUS26QA011. 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 Blue Grass Army Depot, KY. 

(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 Kentucky 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 Kentucky.  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
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.