Exception to Fair Opportunity for Wireless Services
ID: N4523A23F1313Type: Justification
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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wireless Services
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    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 Tactical Command Vehicle (TCV) Warranty Plan
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole-source contract to Nomad Global Communication Solutions, Inc. for the Mobile Tactical Command Vehicle (TCV) Warranty Plan. This procurement includes a five-year Platinum Warranty Plan, annual inspections, advanced replacement coverage, field technician travel, and integrated IT and communications support services, specifically for the Pentagon Force Protection Agency's TCVs. The selected vendor, being the original manufacturer, is uniquely positioned to provide these services without compromising the warranty or system integrity. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or by phone at 703-545-2750 for further inquiries.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    Code 104- Guess Wi-Fi
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking a qualified vendor to provide a fixed-price service contract for upgrading its network infrastructure to support a 10GbE commercial circuit. The primary objectives include the procurement of essential services such as Public DNS, an SSL Certificate, and professional engineering support from a Cisco CCIE for 60 hours annually, with RX3 Communications, Inc. identified as the intended sole-source provider. This upgrade is crucial for enabling guest users to connect to the RDT&E Guest Wi-Fi network, facilitating internet access for visitors using personal devices. Interested parties can reach out to Rene Valdivia at rene.e.valdivia.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further information, with the contract period set from December 1, 2025, to November 30, 2028.
    NEWPORT RI POTS REPLACEMENT SOLUTION
    Buyer not available
    The Department of Defense, through the Naval Computer & Telecommunications Master Station Atlantic (NCTAMS LANT), is seeking sources for a Plain Old Telephone Service (POTS) replacement solution at Naval Station Newport, Rhode Island. The objective is to transition approximately 131 users across 54 buildings from the existing POTS infrastructure to a secure digital connection utilizing LTE cellular data, with a target completion date before the cessation of Verizon's copper infrastructure on March 31, 2026. This procurement is critical for maintaining reliable telecommunication services and includes requirements for features such as voicemail, call blocking, and enhanced 911 services, while adhering to various security standards. Interested vendors are encouraged to respond by December 6, 2023, and should 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.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    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.