EODMU5 Wireless Services RFQ
ID: N6264925QH022Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, is seeking quotations for wireless services under the RFQ number N6264925QH022, specifically for EODMU5. The procurement involves providing 60 smartphones and 4 tablets capable of secure encrypted communications, along with unlimited local and international roaming plans, to support operational needs in Guam. This contract, which is a Total Small Business Set-Aside, spans from July 1, 2025, to December 31, 2030, and includes multiple option years, with a focus on ensuring reliable communication solutions for military personnel. Interested vendors must submit their quotations by May 2, 2025, and can direct inquiries to Rafael Eladio M. Battung at rafaeleladio.m.battung.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the pricing sheet for a Request for Quotation (RFQ) concerning EODMU5 Wireless Services, identified by the RFQ number N6264925QH022. It specifies various contract line items (CLIN) relating to wireless services for a 5-year period, including the base period and four option years, along with a six-month extension. Contractors are required to fill in highlighted sections while ensuring all prices include taxes and charges. Key details include the periods of performance outlined in months, with the base period running from July 1, 2025, to June 30, 2026, and subsequent option years following through June 30, 2030, with the extension concluding on December 31, 2030. Contractors must provide their details and authorize a representative for negotiations and contractual signings. This document serves as a structured price proposal in the context of federal procurement processes, aimed at securing wireless service provisions while ensuring compliance and clarity in the submission of quotes.
    The document outlines the requirements for the Request for Quote (RFQ) N6264925QH022 for the provision of wireless services by EODMU5. Offerors must respond with several factors for consideration, including a completed pricing sheet, documentation demonstrating technical capability, and up to three relevant past performance experiences within the last ten years. Past performance submissions should include contact information for verification. For small business joint ventures, additional documentation per federal regulations is required. Quotations must be submitted via email, with no acceptance of hand deliveries or postal submissions. Emails must be under 10 MB, and confirmation of receipt will be provided by the Contract Specialist within two business days; if not received, follow-up is necessary. The overall goal is to ensure qualified vendors can meet the service requirements in a timely manner while adhering to government procurement protocols.
    The document outlines the evaluation criteria for quotations in response to the federal RFQ: N6264925QH022 for EODMU5 Wireless Services. It specifies that quotations will be assessed according to FAR regulations, using a tradeoff process that considers price, technical capability, and past performance. The evaluation factors are ranked with price as the primary determinant, followed closely by technical and past performance evaluations. Lack of past performance information can result in neutral evaluations for new offerors. The total price for any options will be added to the basic requirement’s total price for award considerations, although the government is not obligated to exercise options. Acceptance of an offer may occur without further negotiation if communicated within a designated timeframe. Ultimately, the document establishes a structured evaluation methodology aimed at selecting the most advantageous offer for the government, balancing multiple criteria with a focus on price.
    The file outlines a Request for Proposal (RFP) by EODMU FIVE for mobile wireless communication services, including secure voice, text, and data transmission across a broad range of international locations. The contractor is required to provide a total of 64 devices, consisting of 60 smartphones and 4 tablet devices, with specifications ensuring secure encrypted communications and extensive service features, such as unlimited voice and data roaming. The contract spans from July 2025 to December 2030, including multiple option years. Key service features include unlimited local and long-distance calling, robust customer support, device maintenance, and timely invoicing. The contractor must ensure seamless device provision, maintain quality service, and address user issues through 24/7 customer support. The performance criteria outlined require high acceptance levels across device delivery, service coverage, usage notifications, and prompt billing. This RFP exemplifies the government's ongoing commitment to providing reliable communication solutions for its personnel in various operational environments and emphasizes the necessity for stringent quality and service standards.
    The document is a Wage Determination issued by the U.S. Department of Labor, detailing minimum wage and fringe benefits obligations for contractors under the Service Contract Act (SCA). It specifies that contracts initiated or renewed after January 30, 2022, require payment of at least $17.75 per hour or relevant wage rates for various occupations listed, which includes administrative, automotive, food service, health, and technical positions, among others. Contractors must comply with specified fringe benefits, including health and welfare, vacation, and holiday pay. The determination also outlines the process for requesting additional classifications and wage rates for unlisted occupations. It emphasizes the need for contractors to manage wage rates in compliance with federal regulations, notably Executive Order 14026 concerning minimum wage. The document serves as a guideline for federal contracts, ensuring fair labor standards are met across various industries within specified geographic areas, including Guam and Northern Marianas. It addresses the requirements for employee compensation, clarifies the responsibilities of contracting officers, and the rights of employees regarding wage and benefit claims.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    59--HANDSET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 209 handsets under solicitation number NSN 5965200086520. This opportunity may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 31 units. The handsets are crucial for military communications and will be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Exception to Fair Opportunity for Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), has awarded a sole source contract for mobile cellular services and devices from Verizon Wireless. This contract, identified as task order N4523A23F1313, is a follow-on to an existing IDIQ contract and was awarded under FAR 16.505(b)(2)(i)(C) to ensure economy and efficiency in service provision. The services are critical for maintaining effective communication capabilities within the naval operations at Bremerton, WA. For further details, interested parties can contact Nicole Fiorentino at nicole.fiorentino@navy.mil.
    59--HANDSET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 18 units of the HANDSET (NSN 5965017218566). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 2 units. The HANDSET is crucial for various military communications and operations, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Commercial telephone services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide commercial telephone services in support of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement aims to replace existing Time Division Multiplexing (TDM) services with modern telephony solutions across seven key Naval installations, including locations in Florida, Illinois, Pennsylvania, and Virginia, while supporting approximately 20,560 endpoints with advanced features such as Automatic Call Distribution and integration with Next Generation 911 infrastructure. Interested businesses are invited to submit a Statement of Capabilities by January 6, 2026, detailing their qualifications and proposed solutions, with the anticipated contract type being an Indefinite-Delivery, Indefinite-Quantity contract starting around February 1, 2027. For further inquiries, interested parties may contact James Keegan or Samantha Miller via their provided email addresses.
    Cell Phone communication services for US Embassy Tbilisi
    State, Department Of
    The U.S. Embassy in Tbilisi, Georgia, is seeking qualified vendors to provide Cell Phone Communication Services under Solicitation Number 19GG8026Q0004. The contract will encompass a range of services including SIM cards, local and international calls, high-speed internet, and 24-hour customer support, with a requirement for a minimum of 50 and a maximum of 800 plan subscriptions. This procurement is critical for ensuring reliable communication for embassy operations, with specific performance criteria such as 90% network coverage in Georgia and a 99.9% network uptime. Quotations are due by January 20, 2025, and interested parties must submit their proposals electronically to TbilisiGSOProcurement@state.gov, ensuring compliance with all specified requirements, including SAM registration and completion of the Cybersecurity Supply Chain Risk Management Questionnaire.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Spiral 3 Smartphones
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure wireless service and equipment to support the US Human Resources Command located at Fort Knox, Kentucky. The primary objective of this procurement is to provide upgraded smartphones and service plans for a total of 706 users. This initiative is crucial for ensuring effective communication and operational efficiency within the command. Interested vendors can reach out to Joseph R. Lawrence at joseph.r.lawrence3.civ@army.mil or by phone at 502-624-6496 for further details regarding the opportunity.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985016764082. The requirement includes a total of six antennas, with delivery expected within 123 days after order placement, and the contract may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These antennas are critical components for various electrical and electronic equipment, emphasizing their importance in military and defense operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.