PANAMA LEC CONTINUATION SERVICE
ID: N7027225Q0022Type: 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, 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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for leased local exchange carrier services at Naval Support Activity Panama City, Florida, covering various communication services for the Naval complexes in the area. The contractor is responsible for providing all necessary resources—including personnel, equipment, and services—while adhering to federal and state laws and ensuring 24/7 service availability. The contract spans one base year (April 2025 to March 2026) with four additional option years. Safety and quality control are emphasized, with the contractor required to maintain a robust quality assurance program and implement safety measures aligned with OSHA standards. Security protocols include background checks and the requirement for contractors to acquire Department of Defense (DoD) identification for access to military facilities. Additionally, the contractor must provide timely and accurate invoicing via the Wide Area Workflow system. This PWS lays out clear obligations for compliance, personnel conduct, and data management, reflecting the formal standards essential in government contracts and emphasizing the importance of security, quality, and uninterrupted service delivery.
    This government document outlines a telecommunications contract proposal involving various AT&T services for a specified period, notably ranging from April 2025 to March 2030 for the Panama location. It lists numerous account items and required services, including business flat-rate multiline services, Federal Subscriber Line Charges, and Emergency 911 services. Monthly and total costs for various categories are outlined, though specific financial figures are not detailed, indicating they will vary monthly. The purpose of the document is likely to solicit and provide structured proposals for telecommunications services, ensuring compliance with federal and state requirements. It highlights the essential nature of clear service descriptions and quantity specifications, which are critical for understanding the expected capabilities and costs of the telecommunications infrastructure in support of federal operations. Overall, the document serves as a framework for procurement in government contracts, emphasizing transparency and accountability in the procurement process for this essential service.
    This memorandum outlines the justification for using other than full and open competition for an acquisition under the simplified acquisition threshold. According to FAR 13.106-1(b)(1)(i), contracts below this threshold allow contracting officers to solicit from a single source only if they determine that only one source is readily available due to reasons such as urgency or exclusive licensing. The acquisition in question pertains to Local Exchange Services from Bell South (AT&T) for the NSA Panama City, FL site, needed from April 1, 2025, to March 31, 2026, with four additional options. The criticality of the service stems from its integration into legacy infrastructure, with no alternative circuits currently supporting service without substantial overhaul and delays. The memorandum requires identifying the source, intended use, and rationale for limiting competition, which emphasizes the time-sensitive nature of the procurement and the potential operational risks involved. Overall, the document serves to justify the sole-source procurement process to ensure operational continuity for critical communication services.
    The Naval Computer and Telecommunications Area Master Station, Atlantic, has issued a Request for Quotes (RFQ) under solicitation number N7027225Q0022 for commercial items in accordance with FAR regulations. The procurement primarily targets Total Small Businesses, with the NAICS code 517111. This announcement is the sole solicitation for this contract, which includes a firm-fixed price agreement. Bids are due by March 21, 2025, and must include detailed pricing and technical adherence to the specifications set in the Performance Work Statement (PWS) and Evaluation Factors outlined in the accompanying annexes. The evaluation criteria focus on the technical capability to meet requirements and price, with awards going to the lowest priced, technically acceptable offeror. The solicitation mandates adherence to numerous FAR clauses regarding contracting, compliance, and contractor responsibilities, emphasizing the importance of past performance evaluations and the requirement for a completed copy of FAR 52.212-3 with offers. Additionally, contractors may need to comply with specific National security protocols, training, and background checks depending on the scope of the work carried out within federally controlled facilities. This initiative illustrates the government's process for procuring services while ensuring compliance with federal regulations and promoting small business participation.
    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.
    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.
    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.
    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.
    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.
    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.
    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 contractors to provide, install, and maintain a 64KB Commercial Business Line (CBL) service and one of two analog telephone lines to support site alarm systems at the DOD Center located in Seaside, California. The procurement aims to ensure reliable telecommunications services that comply with federal and military regulations, particularly for a controlled-access facility, emphasizing the importance of security and uninterrupted service delivery. Interested contractors must submit detailed quotations by March 24, 2025, with a critical service date set for July 22, 2025; for further inquiries, they can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    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.
    PROVIDE, INSTALL, AND MAINTAIN A 50MB ETHERNET SERVICE BETWEEN: A. BLDG 291, ROOM 210B, 80 TRUMAN AVENUE, NAS TRUMAN ANNEX, KEY WEST, FL 33040-9051/CCI, AND B. (BLDGE) A4082; (RM) 117; 1 FL; A4082 INTREPID STREET; KEY WEST NAS, FL 33040/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 50MB Ethernet service between two specified buildings at NAS Truman Annex in Key West, Florida. The procurement aims to enhance telecommunications capabilities, ensuring compliance with federal standards for reliability and performance. Contractors will be responsible for installation, testing, and adherence to technical requirements, with the contract awarded based on the lowest priced technically acceptable proposal. Interested parties must submit their quotes by March 31, 2025, with the service required to be operational by July 27, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.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.