Cellular Voice and Data Services under NAVSUP Spiral 4 IDIQ.
ID: HQ0034250211Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

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

    The Department of Defense, through the Washington Headquarters Services, is planning to award a Firm-Fixed Price Task Order contract for Cellular Voice and Data Services to support the Defense POW/MIA Accounting Agency (DPAA). The procurement aims to provide smartphones and tablets compliant with the Defense Information Systems Agency's Unclassified Mobility Capability, ensuring personnel can effectively account for missing service members while requiring both domestic and international coverage. This initiative is part of the DoD's effort to streamline cellular services under a single vendor, with a contract duration of one year and four optional extensions, potentially lasting until March 14, 2030. Interested parties may express their capabilities via email to Rashida Webb at rashida.d.webb.civ@mail.mil or Jeanelle Joseph at jeanelle.joseph.civ@mail.mil, as no formal quotations will be requested.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense (DoD) plans to award a Firm-Fixed Price Task Order contract to Cellco Partnership DBA Verizon Communications Inc. for Cellular Voice and Data Services to support the mission of the Defense POW/MIA Accounting Agency (DPAA). The services will enable personnel to account for missing service members and will be utilized across several states, with a requirement for international coverage. DPAA specifically needs smartphones and tablets compliant with DISA Unclassified Mobility Capability to ensure access to Defense Enterprise Email. The procurement will follow the Department of Defense Wireless Services Spiral 4 IDIQ guidelines, with a one-year base period and four optional extension periods, extending through March 14, 2030. This action is classified as a Justification for Exception to Fair Opportunity due to Verizon's unique capability to meet the quality required. Interested parties may express their capabilities via email, but no formal quotations will be requested. The document highlights the DoD's intention to streamline cellular services under a single vendor while ensuring operational continuity and compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CELLPHONE SERVICES FOR U.S. EMBASSY MANILA, PHILIPPINES
    Buyer not available
    The U.S. Department of State is seeking proposals for cellphone services for the U.S. Embassy in Manila, Philippines, under Request for Quotation (RFQ) number 19RP3825Q0008. The contract requires the provision of mobile telephone services, including various service plans for approximately 1,000 accounts, with a focus on high-quality network connectivity, 24/7 customer service, and compliance with U.S. cybersecurity standards. This procurement is crucial for ensuring reliable communication for embassy operations, with a contract duration of one year and options for four additional one-year extensions. Interested vendors must submit their quotations electronically by February 6, 2025, and can direct inquiries to Shadrack Scheirman at ManilaContracting@state.gov or by phone at 632-530-12000.
    Garmin inReach Satellite Subscription BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a Blanket Purchase Agreement (BPA) for Garmin inReach Satellite Subscription services, aimed at activating and maintaining monthly satellite service for 58 handheld devices. The procurement includes initial activation fees and ongoing subscriptions, with specific service requirements tailored for different device tiers, ensuring critical communication capabilities for operational effectiveness. The total estimated cost for this contract is $249,999.99, with a performance period from February 24, 2025, to February 23, 2030. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals, including pricing and compliance documents, by February 20, 2025, and can direct inquiries to Tessa Steward at tessa.steward@us.af.mil or Shaunannette Watson at shaunannette.watson@us.af.mil.
    59--HANDSET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 52 handsets under solicitation number NSN 5965013403061. The contract may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated nine orders per year and a guaranteed minimum quantity of seven. These handsets are critical components for various electrical and electronic equipment, and 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 for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    Defense Joint Military Pay System Support Services
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors to provide support services for the Defense Joint Military Pay System (DJMS). The procurement aims to secure information technology support, including program management, requirements analysis, security management, and code development, with a focus on maintaining payroll accounts for military personnel while adhering to strict security protocols. This contract is critical for ensuring effective management of military pay systems and compliance with federal standards, spanning from December 1, 2025, to November 30, 2030, with options for extension. Interested parties, particularly small businesses, are encouraged to submit a capabilities statement and pricing estimates by February 25, 2025, to Patrina James at patrina.l.james.civ@mail.mil or Diana Scruggs at DIANA.M.SCRUGGS.civ@mail.mil.
    Cloud Based Nationwide Telecommunication Network
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is planning to negotiate a sole source contract with Hughes Network Systems, LLC for the development of a Cloud-Based Nationwide Telecommunication Network. This initiative aims to integrate Wireless Priority Services (WPS) into a 5G virtual telecommunications framework, enhancing national security by providing essential voice, messaging, data, video, and information services. The project emphasizes the importance of systems engineering and operations support, ensuring that all services meet government standards prior to implementation. Interested parties may express their capabilities within 15 days, but no proposals will be accepted due to the sole-source nature of the contract. For further inquiries, contact Brittany Haas at brittany.n.haas2.civ@mail.mil or Devon Guyette at devon.r.guyette.civ@mail.mil.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, MAINTAIN A 1.544MB COMMERCIAL BUSINESS LINE WITH 4 PRIS AT BLDG. 1705, ROOM 144A, 1732D DAHLGREN RD, DAHLGREN, VA, 22448-5100, US. RETAIN ALL EXISTING DID'S.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1.544MB commercial business line with four Primary Rate Interfaces (PRIs) at Building 1705, Room 144A, located at 1732D Dahlgren Rd, Dahlgren, VA. The procurement aims to ensure reliable telecommunications services while retaining existing Direct Inward Dialing (DID) numbers, which are crucial for operational continuity. This opportunity is significant for contractors specializing in wired telecommunications, as it emphasizes compliance with federal acquisition regulations and the need for detailed proposals that meet specific technical requirements. Quotes are due by February 9, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.
    AMEND 0003: NON-NALLA/ALLA requirement to start a 2GB dedicated service commercial lease intra Camp Dunbar, Jordan.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a commercial lease to establish a 2GB dedicated service at Camp Dunbar, Jordan. This procurement aims to fulfill a non-NALLA/ALLA requirement, ensuring reliable telecommunications services within the military installation. The services are critical for maintaining effective communication and operational capabilities in the region. Interested vendors can reach out to Susana Suber at susana.m.suber.civ@mail.mil or Rachel Kern at rachel.e.kern.civ@mail.mil for further details regarding the solicitation process.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    19AS2025Q0002 Mobile Services Canberra/Australia
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Canberra, Australia, is seeking qualified contractors to provide mobile telecommunications services for the Embassy and its Consulates throughout Australia. The contractor will be responsible for delivering comprehensive mobile services, including voice and data capabilities, customer support, and additional temporary services as required for special events. This procurement is crucial for ensuring effective communication for diplomatic functions, with a minimum order guarantee of AUD $25,000 over the contract period. Interested vendors must submit their quotations by March 12, 2025, and are encouraged to attend a pre-quotation conference on February 20, 2025. For further inquiries, contact Terry Alston at cnbgsoprocurement@state.gov or by phone at 61262145703.
    Local/Long Distance and E911 Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is soliciting proposals for Local/Long Distance and E911 Telecommunication Services through a Request for Quote (RFQ). The procurement aims to establish a reliable telecommunications infrastructure, including the installation of SIP trunks at designated buildings, ensuring high availability and compliance with federal standards. This initiative is crucial for maintaining effective communication capabilities, particularly in emergency situations, and is expected to enhance operational efficiency at military installations. Interested vendors must submit their quotes electronically by February 21, 2025, and ensure compliance with all Federal Acquisition Regulations (FAR), with services anticipated to commence on April 1, 2025. For further inquiries, potential offerors can contact Brianna Morphis at brianna.morphis@us.af.mil or Kenneth Helgeson at kenneth.helgeson.3@us.af.mil.