Dare County Range Telecommunications Services
ID: N7027225Q0018Type: 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)

Set Aside

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

    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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the telecommunications services contract for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) at the Dare County Range, NC. Its mission is to provide secure and resilient communication systems for global maritime operations. The contract spans from April 1, 2025, to March 31, 2030, with specific security and access measures mandated for contractor personnel, including U.S. citizenship and Tier 3 background investigations. The contractor is responsible for supply, installation, and maintenance of dedicated telephone lines to facilitate coordination among military exercises and emergency communications. All service interruptions must be approved in advance, and detailed monthly invoices are required electronically. Additionally, the contractor must adhere to strict security protocols, including compliance with federal regulations and obtaining necessary permits. The document emphasizes the importance of information security and operational reliability, reflecting standard practices in government procurement and military readiness. Overall, the PWS establishes the foundation for contractor responsibilities, performance metrics, and security considerations essential for the contract's success.
    The document outlines the evaluation criteria for contractors responding to a Request for Quotation (RFQ) related to the provision of telephone services at the Navy and Air Force inert bombing range in Dare County, NC. The key requirements include the contractor's ability to coordinate communications for exercises and drills, secure necessary permits, and ensure service continuity through alternative facilities. The contractor must also manage service interruptions, providing rapid response for outages and on-site troubleshooting as needed. Any emergency conditions affecting service must be reported within specific timeframes, emphasizing the importance of communication reliability for operational activities. This document serves as a formal guideline for assessing contractor capabilities in fulfilling government telecommunications needs, reflecting the structured approach of federal RFPs.
    The document outlines a telecommunications services contract for Dare County, covering several fiscal years from April 2025 to September 2030. The contract includes monthly and annual fees for various telecommunications services, detailing the number of services required and associated quantities. Services include business lines, federal subscriber line charges, state 911 fees, universal service surcharges, access recovery charges, and more, all needed for multi-line business operations in the area. Each year lists the same types of services and quantities, with placeholders for total costs that are not filled in. It is structured in sections corresponding to each contract period, indicating the uniformity of the services required over the years. The purpose of this contract is to ensure continued telecommunications support for government operations in Dare County, reflecting a systematic approach to maintaining essential services in public sector communication.
    The Naval Computer and Telecommunications Area Master Station, Atlantic has issued a Request for Quotes (RFQ), soliciting proposals for commercial items under solicitation number N7027225Q0018. This acquisition is open to Total Small Business and aims for a Firm-Fixed Price contract effective from April 1, 2025, with multiple option periods extending to September 30, 2030. The request emphasizes adhering to provisions outlined in Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS). Quoters must provide detailed proposals, including pricing, technical compliance with specifications, and past performance history. The government prioritizes the technical capability of offers along with pricing, with evaluations aimed at achieving the lowest priced technically acceptable solutions. Additional instructions detail the submission of offers, including the requirement for a completed FAR representation and certifications document. The response deadline is set for March 18, 2025, highlighting the crucial timelines for involved vendors. Overall, this RFQ is part of a structured procurement process essential for acquiring necessary telecommunications support for naval operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CORPUS CHRISTI LEC SERVICES CONTINUATION
    Buyer not available
    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.
    PROVIDE, INSTALL, & MAINTAIN A DEDICATED EPL 800MB LEASE BETWEEN BLDG 7060; TELEPHONE ROOM A; FL 1ST; 527 AIR BASE ROAD, ATLANTIC, NC 28511 & BLDG 9014; RM COMM: FL 1ST; 21 WHALE RD, PINEY ISLAND, BEAUFORT, NC 28516; (LAT) 34.9800; (LONG) -76.4299.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a dedicated 800MB Ethernet Private Line (EPL) service lease between two military buildings located in Atlantic and Beaufort, North Carolina. Contractors are required to meet specific technical specifications, including the installation of fiber optics, and must provide detailed proposals that outline compliance with operational requirements and pricing structures. This procurement is crucial for ensuring reliable telecommunications infrastructure that supports military operations, reflecting the government's commitment to maintaining efficient communication systems. Interested contractors should submit their proposals by March 28, 2025, and can direct inquiries to John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    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.
    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.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) NH-95,(ROOM) A141, 7927 INGERSOL STREET, NORFOLK, VA(HMPTNRDS/CCI) AND (BLDG)2904,(ROOM) FRAME, 1195 JABARA AVENUE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI)
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a channelized OC-12 (622.08MB) circuit between two military locations: Building NH-95 in Norfolk, VA, and Building 2904 at Seymour Johnson AFB, NC. The contract requires contractors to ensure service availability of at least 99.5% and to complete installation by August 3, 2025, while adhering to all technical specifications and testing parameters outlined in the Request for Proposal (RFP). This telecommunications infrastructure is critical for supporting military operations and maintaining high standards in defense communications. Interested contractors must submit their proposals via the government’s electronic system by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson at the provided email addresses.
    Telecommuncations Maintenance and Technical Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide Telecommunications Maintenance and Technical Support Services at Marine Corps Base Camp Lejeune in North Carolina. The contract encompasses comprehensive support for DC Power Systems, including technical diagnostics, maintenance, repair, and equipment replacement, all adhering to OEM standards over a base period of 12 months with four optional extensions. This service is critical for ensuring uninterrupted telecommunications operations, particularly during power-loss events, and includes requirements for timely issue resolution, preventative maintenance, and quality assurance metrics. Interested parties can contact Arlene Williams at arlene.d.williams@usmc.mil or Waymon D. Gardner at waymon.gardner@usmc.mil for further details regarding the solicitation M6700125Q0005.
    PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, ROOM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. The procurement aims to enhance secure telecommunications capabilities, requiring compliance with specific technical standards, including operational uptime of 99.5% or better and a one-hour response time for repairs. This opportunity is critical for ensuring reliable communication infrastructure for government operations. Interested contractors must submit their detailed quotes by March 27, 2025, and can direct inquiries to Kendal Richter at Kendal.k.richter.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 2401, (ROOM) COMM, CAMP FEDERAL LANE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI) AND (BLDG) 1-1434, (ROOM) 6, 3338 SCOTT ST, FT LIBERTY, NC
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a channelized OC-12 telecommunications connection between Seymour Johnson Air Force Base and Fort Liberty, North Carolina. The contract, which spans a duration of 60 months, requires compliance with stringent technical specifications, including a minimum service availability of 99.5% and successful completion of a 72-hour end-to-end test prior to service commencement on August 3, 2025. This procurement is critical for enhancing military communication infrastructure, ensuring reliable connectivity between key facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details on the submission process and requirements.
    THE PURPOSE OF HC101324QA247-0002 IS TO: 1. EXTEND THE PROPOSAL DUE DATE TO 04 APR 25. 2. EXTEND THE SERVICE DATE TO 04 JUL 25. ALL ELSE REMAINS THE SAME.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 50MB telecommunications circuit between Offutt Air Force Base, NE, and Hagerstown, MD. The opportunity includes an amendment that extends the proposal due date to April 4, 2025, and the service completion date to July 4, 2025, while maintaining all other original terms. This procurement is critical for ensuring robust telecommunications infrastructure, and it is a reaward of an existing service contract, which will be discontinued upon the award notification to the incumbent contractor. Interested contractors must comply with all technical requirements and submission protocols, and they can direct inquiries to John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.