Integrated Voice Services, Hampton Roads, VA
ID: N7027225RCEC503Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking sources for integrated voice services at various defense locations in Virginia, specifically Naval Station Norfolk and Joint Expeditionary Base Little Creek/Fort Story. The procurement aims to provide approximately 22,172 lines of integrated telephone and data communications services, ensuring compliance with military specifications and safety standards over a five-year contract period from August 1, 2025, to July 31, 2030. These services are critical for maintaining the Navy's communication infrastructure and ensuring interoperability within the Department of Defense. Interested companies must submit their capability statements and relevant information by 3:30 PM on March 11, 2025, to James Keegan at james.p.keegan7.civ@us.navy.mil, as this notice serves solely for market research purposes and no contract will be awarded from it.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for voice services at Naval Station Norfolk and Joint Expeditionary Base Little Creek/Fort Story. It mandates the contractor to deliver integrated telephone and data communications services, encompassing approximately 22,172 lines across both locations, with services extended from designated Rate Demarcation Points (RDPs). The contract spans a five-year period from August 1, 2025, to July 31, 2030, requiring compliance with military specifications and relevant safety standards. Key provisions include various telephone services such as Centrex voice service, ISDN BRI, and analog services, which enable in-house and long-distance calls, alongside optional features like call forwarding and voicemail. The contractor must ensure operational uptime, with strict response times for service issues and a monthly invoicing process. Background checks and security protocols are emphasized, requiring contractor personnel to comply with stringent access and conduct regulations. This PWS seeks to support the Navy's communication infrastructure while assuring alignment with Department of Defense interoperability policies. Overall, the document serves as a foundational guide for potential contractors to understand expectations, performance metrics, and regulatory requirements tied to these voice services.
    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk seeks to identify sources for integrated voice services at various defense locations in Virginia, including Naval Station Norfolk and others in the Hampton Roads area. This announcement is a Sources Sought notice, aimed at informing planning rather than soliciting proposals or contracts. The anticipated NAICS Code is 517111 for Wired Telecommunications Carriers, with a size standard of 1,500 employees. Interested companies are requested to submit relevant information, including their contact details, business size classification, a Rough Order of Magnitude estimate, and a capability statement showcasing past performance on similar contracts within the last five years. Submissions must be well-documented and not exceed eight typewritten pages. The deadline for responses is set for 3:30 PM on March 11, 2025, and all documentation must be sent via email to specified contacts. The announcement reiterates that no contract will result from this notice and that it serves solely for market research purposes. Proprietary information should be marked accordingly, as responses will not be publicly released.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    D--Centrex Support Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Centrex Voice Services. These services will provide commercially available integrated voice services via Central Office (CO) based, dial tone facilities to defense activities located at Naval Station Norfolk, Joint Expeditionary Base Little Creek/Fort Story, and other locations. The contract will have a twelve-month base period of performance with option provisions for four one-year option periods. The solicitation will be available for downloading on or about February 19, 2016, and interested contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award.
    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.
    D--Hard-Wired Telecommunication
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for hard-wire cable telecommunications services to various locations at U.S. Naval activities throughout the Hampton Roads area. The Hampton Roads area includes Williamsburg, VA, south to Chesapeake, VA. The services may be required in working spaces, living spaces, Navy Lodges, pier side, and dry-docks. This notice is not a request for competitive quotations, but all responsible sources may submit an offer. The complete Request for Proposal (RFP) package will be available for download on or about October 30, 2018, from the NECO Website. The North American Industry Classification System (NAICS) code for this acquisition is 517311 - Wired Telecommunications Carriers. Prospective contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    D--Market Research/Request for Information (RFI) Naval Facilities Engineering Command (NAVFAC) Atlantic, Lafayette River Annex (LRA) Telephone Maintenance
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Naval Facilities Engineering Command (NAVFAC) Atlantic, Lafayette River Annex (LRA) has issued a market research/request for information (RFI) for telephone maintenance services. The requirement is to provide telephone maintenance to the Lafayette River Annex located at 6506 Hampton Blvd. Norfolk, VA 23508. The contractor must be local to meet on-site support requirements. This RFI is for informational purposes only and does not request pricing details at this time. The response to this RFI is due by 21 August 2017 12:00 PM EDT via email. The Contracting Office for this action will be NAVFAC Atlantic, Norfolk, VA. For more information, contact Amber Forehand-Hughes at amber.forehand@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.
    Voice, Internet, and Managed Services JRM/J9 Relocation to the Julale Center
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Yokosuka, is seeking proposals for Voice, Internet, and Managed Services as part of the JRM/J9 relocation to the Julale Center. This procurement aims to establish reliable telecommunications services, which are critical for operational efficiency and communication within military operations. The services sought fall under the NAICS code 517112, focusing on wireless telecommunications carriers, and are categorized under the PSC code DG10, which pertains to IT and telecom network services. Interested vendors can reach out to Asaki Nakasone at 0989381111 Ext: 6348738 or via email at asaki.nakasone.ln@us.navy.mil for further details regarding the solicitation process.
    Sources Sought SURFLANT HQ IT Support
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking sources for IT support services under the title "Sources Sought SURFLANT HQ IT Support." The procurement aims to provide comprehensive mission readiness and infrastructure support, including cybersecurity, network management, and administrative services at Naval Station Norfolk and Mayport. This initiative is crucial for ensuring the cyber readiness and operational effectiveness of Naval forces, aligning with Department of Defense policies. Interested parties can reach out to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or Joseph Frech at joseph.frech@navy.mil for further information.
    Fiber Optic Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of fiber optic supply kits and associated tools. The solicitation, identified by number N0017825Q6717, outlines the need for various items including tool kits, cleaning swabs, fiber optic cables, and connectors, all intended to enhance the Navy's operational capabilities. This procurement is crucial for maintaining and upgrading fiber optic systems, which are vital for effective communication and data transfer within military operations. Proposals are due by 12:00 PM on March 11, 2025, and interested parties can contact James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241 for further information.
    Cox Transport Circuits
    Buyer not available
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    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.