NOTICE: Sources Sought
SOLICITATION NUMBER: W50S8R25Q0011
RESPONSE DATE: 27 June 2025 10:00 AM EST
NAICS Code: 517810
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a request for quote (RFQ) or a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary.
This Sources Sought Notice is for Market Research purposes only. The information submitted in response to the Sources Sought Notice will not be utilized to determine vendor standing in any future/potential Request for Quote/Request for Proposal, nor will it be utilized to determine if a vendor is qualified to submit a Request for Quote/Request for Proposal for any future/potential requirement. The notice and the information received shall not be used to determine how well respondents can perform a requirement, which can only be evaluated in response to a solicitation. Vendors will not receive formal notification or feedback on any information submitted in this Sources Sought request. All future/proposed submissions/solicitations requirements solicited on a Government Point of Entry will be evaluated independent of any information submitted in response to this Sources Sought Notice. No vendor will be provided information on solicitations issued on a Government Point of Entry based on this Sources Sought request.
This Sources Sought Notice is relative to the NAICS code 517810. Large and Small Businesses are invited to answer this market survey to determine market capabilities.
The 179th CW/MSC, Mansfield, OH, is conducting market research to determine the existence of potential sources to provide the following items:
CLIN 0001
Description: SIP Service
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in this PWS.
5.0 Requirements: The contractor shall:
5.1 The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide Session Initiation Protocol (SIP) Telephony Services, as defined in this PWS.
5.2 At a minimum the contractor shall provide commercial subscriber line basic services:
• dial tone
• direct inward dialing
• direct outward dialing
• Dual Tone Multi-Frequency (DTMF)
• local exchange and long distance accesses
• equal access
• call blocking for Numbering Area Plan (NPA) 900, and NPA-976
• operator assistance (0+ & 00+)
• Directory Assistance (DA)
• E911 services, where available
• non-published directory number
• service disconnect with referral service (the referral service shall be at least three (3)
months after a customer has been moved, changed, or disconnected
• block Directory Assistance Call Completion (DACC)
• block third party billing
• Toll free access
5.3 The contractor shall provide 2000 DIDs (419-520-6000 to 419-520-6999) and (419-635-2700 to 419-635-3699)
5.4 Commercial Subscriber Line Quality of Service (QOS) . . Commercial subscriber line is defined as a traditional circuit switched voice network with its own dedicated bandwidth throughout the session of connection. The contractor shall provide a minimum Quality of Service (QOS) equal to or greater than 99.999%.
5.5 Restoration of Service and Maintenance. The Contractor shall respond and restore service outages. The Contractor shall respond to the Government within one (1) hour of notification. From the time of receipt of the notification. Restore service within twenty-four (24) hours from the time the Contractor responds to the Government's notification.
5.6 E911 Service. The Contractor shall provide access to E911 services, where available, through the local city or county emergency services organization. Emergency service assistance shall be provided for the hearing impaired.
5.7 Number Portability. The Contractor shall provide number portability for commercial subscriber lines and local exchange direct-in-dial (DID) directory numbers. The consistent use of the same prefix exchange and directory numbers provides the Government installation with its commercial identity. The Government installation is also serviced by other Government switched networks ( e.g., the Federal Telephone Service (FTS), and the Defense Switched Network (DSN)). These networks provide DID trunks and are directly dependent on the mutually assigned DID number to terminate into stations on the installation. Local exchange number portability and DID number growth is a critical factor in the ability of a Government installation to support its personnel and its missions. The Contractor shall comply with the Federal Communications Commission (FCC), and the State Public Utility Commission (PUC) mandates for number portability.
5.8 Concurrent Sessions. The Contractor shall provide 100 concurrent sessions.
5.8.1 Circuit Requirements. The Contractor shall provide a 20 MB point to point connection
5.8.2 Interconnection Agreement. In the event the award is made to a non-incumbent contractor, the incoming Contractor shall submit all Interconnection Agreements (IAs) via link, or as an addendum, to the Government with their quote. The addendum is not included in the technical quote and no page limitations apply to this submittal. Additionally, if providing a quote as a Competitive Local Exchange Carrier (CLEC) for any and/or all services, provide documented evidence of IAs and/or leasing agreements relevant to this effort.
NOTE: Please submit electronic response indicating capability to provide requested items (no more than 3 pages) as well as POC (name, telephone # and email address) along with contractor’s CAGE, UEI, and the physical location of your facility to the individuals listed within this notice.
Required Information: Any interested party who can offer all of the above may submit a written reply of not more than 3 pages, addressing each of the above items and defining how their location is capable of ALL of the minimum requirements listed above.