CORPUS CHRISTI LEC SERVICES CONTINUATION
ID: N7027225Q0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCTAMS LANTNORFOLK, VA, 23511-2784, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, is seeking proposals for the continuation of local exchange carrier (LEC) services at Naval Air Stations Corpus Christi and Kingsville, Texas. The procurement aims to provide essential telecommunications services, including voice, data, and emergency services, with a focus on maintaining operational integrity and compliance with military standards. This contract, which spans from April 2025 through September 2030, emphasizes the need for 24/7 support and adherence to strict security protocols for contractor personnel. Interested vendors must submit their quotes by March 21, 2025, at 11:00 AM EST, and can direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) related to telecommunications services, detailing budget estimates and service specifications for multiple periods extending from April 2025 to September 2030. The primary focus is on basic service deliveries, T1 service, private voice lines, and associated fees like federal subscriber line charges, universal service fees, and municipal right-of-way fees. For every location listed, including Corpus Christi and Kingsville, there is a breakdown of service types and quantities, along with expected performance periods for each service category. Locations feature numerous designated phone lines and specifications under each service line (labeled 0001 to 0003). Each service's pricing remains blank, indicating that specific cost proposals are expected to be submitted by interested vendors. The purpose of the document is to solicit bids for the provision of these telecommunications services, ensuring that organized infrastructures meet government standards and operational requirements efficiently.
    The memorandum outlines the justification for using other than full and open competition for a federal procurement action under the simplified acquisition threshold, specifically for local exchange carrier services at NAS Corpus Christi and NAS Kingsville, Texas. It cites the authority of FAR 13.106-1(b)(1)(i), allowing solicitation from a single source when only one source is deemed reasonably available due to urgency, exclusive licensing or critical equipment needs. The intended service includes providing local dial tone and emergency services, with a required delivery date set for April 1, 2025. The only identified vendor is AT&T, which is currently supplying critical phone services deemed essential for operational integrity and personnel safety. The document emphasizes that any competition could delay services and require extensive infrastructure overhauls, undermining operational capabilities. Significantly, the justification notes the critical nature of phone lines, highlighting that existing circuits, specifically from AT&T, are outdated and not supported. It concludes that maintaining current service continuity is paramount, necessitating a sole source procurement to avoid interruptions. The memorandum seeks necessary approvals for this procurement action, ensuring compliance with federal regulations while addressing immediate operational needs.
    The performance work statement (PWS) outlines the requirements for local exchange services at Naval Air Stations Corpus Christi and Kingsville, Texas. Both sites require leased local exchange access to support voice, data, and image services, terminating on the Navy's Avaya CS1000M PBX system. The services must accommodate approximately 12 business access lines and are designed to handle peak calling hours while maintaining compliance with standards like Common Channel Signaling (CCS). Contractors must coordinate installations with the Telecommunications Coordination Officer and may incur costs for Point-Of-Presence installations. Equipment must be upgradable or expandable without significant overhauls. The contract period spans from April 2025 through September 2030, allowing for modifications to services without penalties. Strict personnel security requirements mandate U.S. citizenship and background investigations (Tier 3) for all contractor employees. Key responsibilities include providing 24/7 support, traffic analysis, and ensuring the functionality of emergency services (E911). The document emphasizes the operational and security protocols necessary for effective telecommunication services within a military context, ensuring compliance and reliability across the board.
    The Naval Computer and Telecommunications Area Master Station has issued a combined synopsis/solicitation notice (N7027225Q0019) for commercial items, under the Federal Acquisition Regulation (FAR). This request for quotes (RFQ) is not set aside for small businesses. The procurement follows specific provisions outlined in the Performance Work Statement (PWS) included in Annex A. The proposed contract includes a base period starting April 1, 2025, and four optional periods extending through March 31, 2030. A firm-fixed-price contract will be awarded based on the lowest priced, technically acceptable quote. Proposals must contain pricing details, delivery estimates, technical specifications, and past performance information. Quotes are due by March 21, 2025, at 11:00 AM EST, and may be submitted via email to designated points of contact. The document also emphasizes compliance with various Federal Acquisition Regulation clauses and mandates that offers must exclude vendor standard terms. It underlines that contractors must adhere to security protocols for access to facilities and sensitive information, ensuring all personnel undergo necessary background checks and training. This solicitation serves to meet telecommunications needs while adhering to procurement guidelines and securing optimal service delivery to the government.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    LOCAL EXCHANGE CARRIER SERVICES FORT WORTH TEXAS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Local Exchange Carrier Services at Naval Air Station/Joint Reserve Base Fort Worth, Texas. The procurement aims to lease telecommunications services, including essential features such as 911 emergency access and dial tone, from April 1, 2025, to March 31, 2026, with options to extend through 2030. This initiative is critical for maintaining operational effectiveness and ensuring robust communication infrastructure, as the current service provider's failure could jeopardize mission readiness. Interested vendors must submit firm-fixed price proposals by March 21, 2025, and can direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil for further details.
    PANAMA LEC CONTINUATION SERVICE
    Buyer not available
    The Department of Defense, specifically the Naval Computer and Telecommunications Area Master Station, Atlantic, is seeking proposals for the continuation of local exchange carrier services at Naval Support Activity Panama City, Florida. The procurement aims to secure essential telecommunications services, including business flat-rate multiline services and emergency 911 services, for a contract period starting April 1, 2025, and extending through March 31, 2026, with four additional option years. This service is critical for maintaining operational continuity within the Navy's legacy infrastructure, as no alternative circuits can support the required services without significant delays. Interested contractors must submit their bids by March 21, 2025, and can direct inquiries to Angela Parker at angela.m.parker58.civ@us.navy.mil or Robert Joas at robert.p.joas.civ@us.navy.mil for further information.
    GULFPORT LEC SERVICES CONTINUATION
    Buyer not available
    The Department of Defense, specifically the Naval Computer and Telecommunications Area Master Station, Atlantic, is soliciting proposals for the continuation of local exchange carrier (LEC) services in Gulfport, Mississippi, for the Wool Market and Lakeside locations. The procurement aims to secure reliable telecommunications services, including planning, engineering, implementation, maintenance, and 24/7 network support, as outlined in the Performance Work Statement (PWS). These services are critical for ensuring operational readiness and effective communication within military facilities, particularly during emergencies and military exercises. Interested vendors must submit their proposals by March 21, 2025, and comply with various federal regulations, including pricing and technical capability evaluations based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, potential bidders can contact Robert Joas at robert.p.joas.civ@us.navy.mil or Angela Parker at angela.m.parker58.civ@us.navy.mil.
    Goodfellow AFB Commercial Telephone Service
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of Commercial Telephone Services (CTS) at Goodfellow Air Force Base in San Angelo, Texas. The contract aims to deliver essential telecommunication services, including long-distance features, with a performance start date of April 23, 2025, and a requirement for 24/7/365 service availability. This procurement is critical for maintaining effective communication capabilities at the base, supporting military operations and personnel. Interested vendors must submit their proposals by 4:00 PM EDT on March 17, 2025, and can direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil.
    Dare County Range Telecommunications Services
    Buyer not available
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT), is soliciting proposals for telecommunications services at the Dare County Range in North Carolina. The contract aims to ensure the continuation of essential telecommunications support for military operations, covering a period from April 1, 2025, to September 30, 2030, with a focus on providing secure and resilient communication systems. This procurement is critical for maintaining operational readiness and effective coordination during military exercises, requiring contractors to adhere to strict security protocols and provide reliable service continuity. Interested small businesses must submit their proposals by March 18, 2025, and can direct inquiries to Angela Parker at angela.m.parker58.civ@us.navy.mil or Robert Joas at robert.p.joas.civ@us.navy.mil.
    Local Exchange Services for the SDDC location in Beaumont, TX.
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified local exchange carriers to provide local voice and data circuits for the SDDC location in Beaumont, Texas, under solicitation number W91RUS25Q0006. The procurement requires certified facilities-based carriers to deliver services as outlined in the attached Statement of Work, which includes maintaining current phone numbers, providing Direct-In-Dial (DID) numbers, and ensuring compliance with service response times for outages. This contract is critical for ensuring reliable communication services for government operations, emphasizing the importance of accountability and adherence to regulatory standards. Interested parties must submit their quotations via email to the Contracting Officer, Scot Stedman, by the specified deadline, with the contract not set aside for small businesses and a performance period of 12 months for the base year.
    Local Telecommunication Service (LTS) and Long Distance Services (LDS)
    Buyer not available
    The Department of Defense, specifically the Massachusetts Air National Guard's 102nd Intelligence Wing, is seeking qualified contractors to provide Local Telecommunication Services (LTS) and Long Distance Services (LDS) as outlined in the attached Performance Work Statement (PWS). The primary objective is to replace existing time-division multiplexing (TDM) technology with managed session initiation protocol (SIP) services, ensuring a seamless transition while maintaining critical communication capabilities. This procurement is significant as it supports the operational readiness of the Air National Guard, emphasizing the need for reliable telecommunications infrastructure and services. Interested vendors must submit their quotations by the specified deadline, and the contract is expected to commence on April 1, 2025, with a performance period extending through March 31, 2028. For further inquiries, vendors can contact Lacy Phongsaly at lacy.r.phongsaly.civ@army.mil or Isao Hattori at isao.hattori.civ@army.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 64KB COMMERCIAL BUSINESS LINE (CBL) SERVICE AND ONE OF TWO ANALOG TELEPHONE LINES THAT SUPPORT SITE ALARM SYSTEMS AT THE DOD CENTER, BLDG 400, RM 1220, 400 GIGLING ROAD, SEASIDE, CA 93955.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 64KB Commercial Business Line service and two analog telephone lines to support site alarm systems at the DOD Center located in Seaside, California. The primary objective of this procurement is to ensure reliable telecommunications services that comply with national security standards and meet specific technical requirements, with a requested service commencement date of July 22, 2025. This contract is critical for maintaining effective communication and operational security at the facility. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 24, 2025, at 4:00 PM America/Chicago, and are encouraged to communicate with designated contacts Maxwell Jones and Dale Rupright for further clarification on the proposal requirements.
    Local Exchange Services for Fort Knox, KY.
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting quotes for local exchange services at Fort Knox, Kentucky, under solicitation number W91RUS25Q0015. The procurement aims to secure local voice and data circuits, including emergency E911 services and operator assistance, essential for government operations. The selected contractor will be responsible for providing all necessary facilities, equipment, and maintenance, ensuring compliance with safety and regulatory standards, and managing service outages effectively. Interested parties must submit their quotations, including a detailed technical solution and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. This acquisition is not set aside for small businesses, and the performance period includes a base year and four option years.
    Local Exchange Services for the Presidio of Monterey, CA.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified telecommunications providers to deliver local exchange services for the Presidio of Monterey, California, under solicitation number W91RUS25Q0012. The procurement involves providing local voice and data circuits, including all necessary equipment, maintenance, and compliance with federal safety and operational standards, as outlined in the attached Statement of Work (SOW). This initiative is crucial for maintaining secure and reliable communication infrastructures for government operations, emphasizing the importance of timely service restoration and coordination with the Contracting Officer’s Representative. Interested vendors must submit their quotations, including a detailed technical solution and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline, with the contract expected to span multiple years including options for renewal.