PHONE SOFTWARE
ID: SPMYM126Q4010Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - NORFOLKPORTSMOUTH, VA, 23709-5000, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

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

    The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals from qualified small businesses for a firm-fixed-price contract to supply phone software, specifically the "SA PREFER SUPT AURA CORE SUITE R6 1YR PREPD" and "AURA CORE SUITE R6 NEW SOFTWARE LIC:1TDM-NU,1 IPSTA-CU," with a total requirement of 155 units for each item. This procurement is critical for enhancing communication security capabilities at the Norfolk Naval Shipyard, ensuring operational efficiency and reliability. Interested vendors must submit their quotes by 10:00 AM EST on January 7, 2026, with the anticipated delivery date set for four weeks post-award. For inquiries, contact Steven Treherne at steven.treherne@dla.mil or by phone at 757-278-5022, and ensure to reference solicitation number SPMYM126Q4010 in all correspondence.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a comprehensive government solicitation (SPMYM126Q4010) for "WOMEN-OWNED SMALL BUSINESS (WOSB)" to provide PHONE SOFTWARE, specifically "SA PREFER SUPT AURA CORE SUITE R6 1YR PREPD" (PN: 288977) and "AURA CORE SUITE R6 NEW SOFTWARE LIC:1TDM-NU,1 IPSTA-CU" (PN: 339400). It outlines firm-fixed-price requirements for 155 units of each software type, with delivery to Norfolk Naval Shipyard by January 30, 2026. Key aspects include detailed instructions for packaging, marking, and shipping, emphasizing palletization for items over 40 lbs and strict labeling with contract numbers. Prohibitions on materials from specific Cage Codes (3BZG7, 4GP29) are noted. The solicitation incorporates various FAR and DFARS clauses, including those for unique item identification (exempt for these items), electronic payment via Wide Area WorkFlow (WAWF), and access requirements for Norfolk Naval Shipyard personnel (DBIDS credentials). It also details evaluation factors such as past performance (SPRS), and guidelines for offering exact or alternate products, with a focus on supply chain traceability and quality. Contact information for inquiries is provided for Steven Treherne.
    Lifecycle
    Title
    Type
    PHONE SOFTWARE
    Currently viewing
    Presolicitation
    Solicitation
    Similar Opportunities
    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 for 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 capabilities such as VoIP and SIP. This initiative is crucial for ensuring reliable communication infrastructure that meets modern standards, including compliance with emergency communication regulations. Interested businesses are encouraged to submit a Statement of Capabilities by January 6, 2026, at 9 AM EST, and can contact James Keegan or Samantha Miller for further information.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    TADD BELMOUTH CARRIERS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking quotes from qualified small businesses for the procurement of TADD Bellmouth Carriers, specifically part number 04-15-210. This requirement includes two line items: one with a required delivery date of April 22, 2026, and another by February 13, 2026, emphasizing the need for timely delivery over the lowest price. The goods are critical for naval operations, and the procurement is subject to a total small business set-aside, with specific brand name requirements mandating that only offers from manufacturers with access to the necessary drawings will be considered. Interested vendors must submit their quotations by 12:00 PM EST on January 2, 2026, to Rachel McCluskey at rachel.mccluskey@dla.mil, ensuring compliance with all specified clauses and provisions outlined in the solicitation.
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of the ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription for 65 technicians managing 4000 nodes, aimed at renewing the government's current software subscription set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are registered in the System for Award Management (SAM) at the time of submission.
    20--SMALL DR ASSY NO 5
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two units of the SMALL DR ASSY NO 5, identified by NSN 2040014384444. This procurement is set aside for small businesses and is classified under the Hardware Manufacturing industry (NAICS code 332510), with a focus on ship and marine equipment (PSC code 20). The goods are essential for military operations, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and quotes must be submitted within the specified timeframe to be considered.
    DLA Distribution Norfolk, (DDNV) 2-Sided Pipe Cradles
    Dept Of Defense
    The Defense Logistics Agency (DLA) Distribution Norfolk is seeking quotes for the procurement of 2-Sided Pipe Cradles, with a focus on establishing a Firm Fixed Price (FFP) Purchase Order. This opportunity is a Total Small Business Set-Aside under NAICS code 321920, aimed at acquiring specialized shipping and storage containers that meet specific salient characteristics outlined in the solicitation. The selected contractor will be responsible for providing the required products, which are essential for efficient logistics operations within the Department of Defense. Quotes are due by January 9, 2026, at 13:00 EDT, and interested parties must submit their proposals, including technical capability and past performance information, to Haydyn Obrien at haydyn.obrien@dla.mil. All offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to supply spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement encompasses fourteen specific National Stock Numbers (NSNs) for critical components such as Rotary Pump Units and Antenna Positioners, with estimated annual quantities provided for planning purposes. This contract is vital for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by January 9, 2026, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    SINCGAR Power Supplies
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of SINCGAR Power Supplies, with a focus on three National Stock Numbers (NSNs) under a Combined Synopsis/Solicitation notice. This acquisition aims to consolidate sole source contract requirements, which are critical to the Agency's mission, and will be solicited as an Indefinite Quantity Contract with one base year and four optional years, totaling a maximum duration of five years. The goods are essential for military communications systems, ensuring consistent supply availability and reduced lead times. Interested vendors can access the Request for Proposal (RFP) on December 23, 2025, at https://www.dibbs.bsm.dla.mil, and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-693-1133.
    COMPACT TERMINAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a COMPACT TERMINAL, which falls under the NAICS code 334210 for Telephone Apparatus Manufacturing. The contract requires the manufacture and quality assurance of the COMPACT TERMINAL, with specific guidelines for inspection, packaging, and compliance with military standards. This equipment is crucial for supporting military communications and operations, ensuring that the necessary technology is available for effective defense logistics. Interested vendors should direct inquiries to Brittany Dennison at 614-693-0238 or via email at BRITTANY.DENNISON@DLA.MIL, and are advised to register for notifications through the Navy Electronic Commerce Online (NECO) system for updates on contract modifications and awards.