Skip to content
Department of Defense

Local Telecommunications Services

Solicitation: F4F1AS6076AC01
Notice ID: faf39150d1d1402b8609d8bb04eeb415
TypeSources SoughtNAICS 517111Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedMar 26, 2026, 12:00 AM UTCDueApr 16, 2026, 07:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 16, 2026. Industry: NAICS 517111.

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: F4F1AS6076AC01. 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
$15,261,013
Sector total $556,770,547 • Share 2.7%
Live
Median
$441,633
P10–P90
$120,967$762,300
Volatility
Volatile145%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.7%
share
Momentum (last 3 vs prior 3 buckets)
+1480%($13,444,436)
Deal sizing
$441,633 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 OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Wright Patterson Afb, OH • 45433-7228 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260087 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Lorain
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICKLAYER
Base $38.13Fringe $20.19
+42 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 42 more rate previews.
Davis-BaconBest fitstate match
OH20260087 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lorain
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICKLAYER
Base $38.13Fringe $20.19
Rate
BRICK POINTER/CAULKER/CLEANER
Base $38.13Fringe $20.19
+41 more occupation rates in this WD
Davis-Baconstate match
OH20260040 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.05Fringe $30.87
Rate
BRICKLAYER
Base $34.00Fringe $17.36
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260027 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown, Butler
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
ELECTRICIAN
Base $38.05Fringe $22.97
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
+12 more occupation rates in this WD
Davis-Baconstate match
OH20260029 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lake, Medina
Rate
BRICKLAYER
Base $34.04Fringe $7.88
Rate
POWER EQUIPMENT OPERATOR (Bulldozer, Backhoe/Excavator)
Base $39.46Fringe $15.15
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
+10 more occupation rates in this WD

Point of Contact

Name
Harold Wooten
Email
harold.wooten@us.af.mil
Phone
Not available
Name
Richard T. Saltsman
Email
richard.saltsman@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • FA8604 AFLCMC PZI
Contracting Office Address
Wright Patterson Afb, OH
45433-7228 USA

More in NAICS 517111

Description

**DISCLAIMER**

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

INTRODUCTION

This SOURCES SOUGHT is a market research tool to determine the availability and technical capability of businesses to provide the required products and/or services.

PROGRAM BACKGROUND

The requirements are for a comprehensive, vendor-hosted, IP-based voice solution. The vendor shall provide all necessary transmission facilities, equipment, materials, maintenance, and engineering required to deliver a fully managed voice service.

The vendor shall deliver the service to two distinct physical sites on the installation to ensure redundancy and continuity of operations. All services must be routed through a vendor-managed private VPN and delivered via an Ethernet hand-off. At the Government's demarcation points, the vendor is required to provide and install all necessary equipment to convert the service to a T1/Primary Rate Interface (PRI) presentation.

The solution must include, but is not limited to: Direct Inward Dialing, Direct Outward Dialing, Caller-ID Delivery of Name and Number, emergency 911/E911 services, Government Emergency Telecommunications Service (GETS) access, and national/international dialing capabilities. The vendor is responsible for all aspects of the service up to and including the physical hand-off at the T1/PRI equipment demarcation points.

All services, equipment, and performance must comply with the security requirements of the Department of War (DoW), as well as all applicable Federal Communications Commission (FCC), Public Utility Commission (PUC), and industry standards. The Internet Telephony Service Provider (ITSP) shall deliver a SIP trunk that terminates on a media gateway. This gateway will convert the service to provide TDM trunks or POTS lines for connection to legacy, non-VoIP equipment, such as a PBX, key system, or analog end instrument.

These services are for Government use only and shall not extend to non-Government entities or contractors. Note: Government data networks and end equipment will not be available for contractor use.

A draft Statement of Work (SOW) and Appendix is attached for review.

PLACE OF PERFORMANCE

Wright-Patterson Air Force Base (WPAFB)

ADDITIONAL INFORMATION

The applicable NAICS Code for this requirement is 517111, Wired Telecommunications Carriers with a Small Business Size standard of 1,500 employees. The Product/Service Code (PSC) for this effort is D304 - IT AND TELECOM- TELECOMMUNICATIONS AND TRANSMISSION. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code.

SUBMISSION DETAILS

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:

  1. 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.
  2. What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft PWS?
  3. 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.
  4. 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. (This information is for market research only and does not preclude your company from responding to this notice.)

Responses to this Sources Sought shall be electronically submitted to Harold Wooten (harold.wooten@us.af.mil) and Richard Saltsman (richard.saltsman@us.af.mil) in either Microsoft Word or Portable Document Format (PDF) via e-mail with the subject line “LTS Sources Sought”.  Additionally, feedback on the statement of work and appendix are welcome with your submittal.

The deadline for response to this request is 16 April 2026 @ 3PM EDT Eastern Daylight Savings Time.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.

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.