Exception to Fair Opportunity for Wireless Services
ID: N4523A23F1313Type: Justification
AwardedJan 12, 2023
Award #:N0024418D0003
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    The Department of Defense, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), has awarded a sole source contract for mobile cellular services and devices from Verizon Wireless. This contract, identified as task order N4523A23F1313, is a follow-on to an existing IDIQ contract and was awarded under FAR 16.505(b)(2)(i)(C) to ensure economy and efficiency in service provision. The services are critical for maintaining effective communication capabilities within the naval operations at Bremerton, WA. For further details, interested parties can contact Nicole Fiorentino at nicole.fiorentino@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Puget Sound Naval Shipyard & Intermediate Maintenance Facility seeks to award a sole-source task order to Verizon Wireless for mobile cellular services, citing the need for continuity, efficiency, and cost-effectiveness. Transitioning to a new provider poses excessive costs and disruptions, and maintaining Verizon’s existing infrastructure will ensure adequate service for mission-critical projects. The justification leverages the authority under FAR 16.505(b)(2)(i)(C), emphasizing that the original contract was awarded competitively and that further market research would not improve conditions against the risk of service interruption.
    Similar Opportunities
    Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Limited Sources Justification and Approval FAR Part 8.4
    State, Department Of
    The Department of State is seeking to award a six-month sole source contract for cellular phone services to AT&T Wireless, T-Mobile, and Verizon, ensuring continued communication capabilities for all Department employees and authorized users. This temporary procurement is critical to maintain essential services, including voice, data, international roaming, mobile hotspots, and emergency notifications, while the Department finalizes longer-term contract vehicles. The urgency of this contract arises from delays caused by an internal reorganization, which jeopardized the development of a suitable requirements document, potentially leading to a complete loss of cellular capabilities. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    Notice of Intent to Award to DELL Federal Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to DELL Federal Systems. This procurement is focused on acquiring IT and telecom services, particularly related to servers and perpetual license software, as outlined in the NAICS code 541519 and PSC code 7B22. The goods and services being sought are critical for the Navy's operational capabilities, ensuring they have the necessary technology to support their missions. For further details, interested parties can contact Paolo Mendoza at paolo.r.mendoza.civ@us.navy.mil or by phone at 619-553-7835.
    Justification for Sole Source Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Norfolk, has issued a Justification for a Sole Source Contract awarded to Colossus, Inc., operating as Caliber Public Safety, Inc. This contract pertains to IT and telecom services, particularly in the area of Platform as a Service, which includes database, mainframe, and middleware solutions. The procurement is critical for maintaining operational capabilities within the Navy's logistics and support systems. For further inquiries, interested parties can contact Jacob Segal at jacob.a.segal.civ@us.navy.mil or by phone at 215-697-9813.
    MOBILE TELECOMMUNICATIONS SERVICES - NAVAL STATION ROTA, SPAIN
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Sigonella Naples Office, is seeking sources for mobile telecommunications services at Naval Station Rota, Spain. The procurement aims to establish a five-year contract to provide secure, reliable mobile communication services, including 4G/5G voice, messaging, video, and data services, along with mobile devices and associated infrastructure. These services are critical for supporting U.S. Naval, Joint, and Coalition forces, ensuring comprehensive coverage throughout Spain and various international locations without incurring roaming charges. Interested parties are encouraged to submit their responses to the Sources Sought Questions by January 12, 2026, with an estimated contract value of $3 million, and can contact Keishla Valenzuela at keishla.a.valenzuela.civ@us.navy.mil for further information.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    USS PINCKNEY )DDG-91) N00024-21-C-4478 MOD A00097
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is executing a sole-source contract action for the USS PINCKNEY (DDG-91) Fiscal Year 2022 Depot Modernization Period (DMP) with National Steel and Shipbuilding Company (NASSCO). This procurement involves adding a new work item, specifically a Hot Work Notification and Authorization, to an existing firm fixed price contract (N00024-21-C-4478). The justification for this sole-source action is based on the availability of services from only one responsible source, as outlined in statutory authority 10 U.S.C. 3204(b)(B). Interested parties can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further inquiries. Funding for this work will be sourced from FY23 OPN, and the approval for this action was granted by the Administrative Contracting Officer.
    J&A NCTE Repair Railroad Culverts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is extending the contract for the repair of railroad culverts in Silverdale, Washington. This opportunity involves a no-cost time-only extension of the contract completion date to December 29, 2023, under task order N4425520F4312, allowing WSP Inc. to assist NAVFAC in obtaining a land use permit from the City of Bremerton for the project RM18-1806 (Phase 2 of 9). The services provided are critical for ensuring the structural integrity and functionality of the railroad infrastructure. For further inquiries, interested parties can contact Micah Nazarino at micah.m.nazarino.civ@us.navy.mil.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.