- 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
Local Telecommunications Services
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 16, 2026. Industry: NAICS 517111.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 42 more rate previews.↓
Point of Contact
Agency & Office
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:
- 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. (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.
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.