Search Contract Opportunities

Local voice and data circuits for the Rock Island Arsenal, IL.

ID: W91RUS26QA018 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

(ii) The solicitation number is W91RUS26QA018. 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 Rock Island Arsenal, IL.

(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 Illinois 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 Illinois. 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

Background
This solicitation, identified as W91RUS26QA018, is issued by the U.S. Army for the provision of local voice and data circuits at the Rock Island Arsenal in Illinois. The goal of this contract is to ensure reliable communication services that meet the operational needs of the facility. The agency aims to engage a qualified contractor capable of delivering these services effectively, adhering to specific technical requirements outlined in the Statement of Work (SOW).

Work Details
The contractor will be responsible for providing local commercial communications services, including installation and cutover of voice and data circuits as specified in Appendix 10 of the SOW. Key tasks include:

1. Installation and Cutover: Develop an installation and cutover plan, which must be accepted by the Government before commencing work. Completion is required within 120 calendar days after acceptance.

2. Provisioning of Commercial Subscriber Lines: Provide subscriber lines, including foreign exchange lines, as specified.

3. E911/311 Trunk/Lines: Ensure proper setup and functionality of emergency service lines.

4. ISDN PRI Trunks: Install digital trunks with specified B-Channels.

5. Compliance with Safety Standards: Follow OSHA regulations for safety during installation, especially in confined spaces.

6. Reporting Requirements: Document any incidents or accidents during service provision and cooperate with investigations.

Period of Performance
The period of performance for this contract includes a base year for installation and cutover services, with specific timelines for completion outlined in the SOW.

Place of Performance
The contract will be performed at Rock Island Arsenal, IL.

Overview

Response Deadline
June 6, 2026, 1:00 a.m. EDT Due in 35 Days
Posted
March 31, 2026, 11:56 a.m. EDT
Set Aside
None
Place of Performance
Rock Island, IL 61299 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$100,000 - $500,000 (AI estimate)
On 3/31/26 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91RUS26QA018 for Local voice and data circuits for the Rock Island Arsenal, IL. due 6/6/26. The opportunity was issued full & open with NAICS 517111 and PSC DG11.
Primary Contact
Name
Scot Stedman   Profile
Phone
(571) 588-1762

Documents

Posted documents for Synopsis Solicitation W91RUS26QA018

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W91RUS26QA018

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91RUS26QA018

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91RUS26QA018

Experts for Local voice and data circuits for the Rock Island Arsenal, IL.

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91RUS
Source Organization Code
500043835
Last Updated
March 31, 2026
Last Updated By
scot.c.stedman.civ@mail.mil
Archive Date
June 20, 2026