Telecommuncations Maintenance and Technical Support
ID: M6700125Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 8:30 AM UTC
Description

The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide Telecommunications Maintenance and Technical Support Services at Marine Corps Base Camp Lejeune in North Carolina. The contract encompasses a comprehensive range of services for DC Power Systems, including technical support, diagnostics, maintenance, and equipment replacement, all adhering to original equipment manufacturer (OEM) standards. This procurement is critical for ensuring uninterrupted telecommunications services essential to Marine Corps operations, with a base period of 12 months and four optional extensions available. Interested parties must review the attached solicitation and amendment documents, sign the amendment, and return it with their quotes. For further inquiries, contact Arlene Williams at arlene.d.williams@usmc.mil or Waymon D. Gardner at waymon.gardner@usmc.mil.

Files
Title
Posted
Dec 26, 2024, 2:04 PM UTC
The Performance Work Statement outlines the procurement of telecommunications support services for maintaining the Uninterrupted Power Supply (UPS) systems at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River. The contract encompasses system maintenance, repair, and technical support for various components including rectifiers, inverters, and batteries, ensuring continuous voice and data communication. Services include remote and on-site technical support with defined response times, return repair and replacement of equipment, and scheduled preventative maintenance. The contract will be a Firm Fixed Price (FFP) type, with a base period of 12 months and two optional 12-month extensions. Maintenance will adhere to Original Equipment Manufacturer (OEM) standards, providing necessary shipping and disposal instructions for unserviceable parts. The contractor is responsible for all associated costs, including travel expenses. This effort is crucial for maintaining operational efficiency and reliability in critical communication infrastructure for the Marine Corps. The performance location is specifically at Camp Lejeune and New River, with services operational primarily during weekdays.
Mar 27, 2025, 3:05 PM UTC
The Marine Corps Base Camp Lejeune seeks a contractor for comprehensive Telephone Network Technical and Maintenance Support Services for DC Power Systems over a base period of 12 months, with four optional extensions. The contract requires the contractor to provide technical support, diagnostics, maintenance, repair, and replacement of equipment compliant with OEM standards. Key responsibilities include remote and on-site diagnostics, preventative maintenance, testing, and ensuring no service disruption during power-loss events. The contractor must respond to technical issues within 24 hours, ensure timely equipment replacement, and carry out semi-annual battery system testing. The contract also emphasizes quality assurance through verifiable performance metrics, with specific acceptable quality levels for various service objectives. Compliance with environmental regulations, safety standards, and contractor conduct on military installations is expected, aligning with federal guidelines. The document provides structured details on performance requirements, oversight roles, and administrative procedures for the contract's execution, ensuring effective monitoring and maintenance of telecommunications services critical to Marine Corps operations at the facility.
Dec 26, 2024, 2:04 PM UTC
The document is a Sources Sought announcement issued by the G6 Telecommunications Support Division at Marine Corps Base Camp Lejeune, NC, aimed at gathering information for planning purposes regarding telecommunications support services. The notice clarifies that it is not a Request for Quote or Proposal and does not guarantee a subsequent solicitation. The announcement outlines a requirement for system maintenance, repair, and technical support services for Uninterrupted Power Supply (UPS) DC Power Systems at the base. It specifies the NAICS code (811210) related to communication equipment repair and maintenance and invites interested vendors to submit key information, including company details, business size classification, possible GSA schedule availability, and previous government contracts. Responses should be directed to a designated email address and must be received by January 27, 2025, at 4:30 PM EDT. This notice serves to identify potential vendors for the required services and assess whether a set-aside solicitation is appropriate for small businesses in line with federal contracting goals. The emphasis on small business certifications reflects the government's objective to support diverse and underrepresented contractors in federal procurement activities.
Mar 27, 2025, 3:05 PM UTC
The document outlines an amendment to a Marine Corps solicitation for technical and maintenance support services related to Uninterrupted Power Supply (UPS) DC Power Systems at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River. The amendment addresses vendor questions, updates the Performance Work Statement (PWS), and modifies evaluation criteria for quotes. Key objectives include technical support, diagnostics, maintenance, and replacement of equipment to ensure uninterrupted telecommunications service. The document specifies the contractor’s responsibilities, including remote and on-site assistance, compliance with original equipment manufacturer (OEM) standards, and the timely provision of services, tracking, and reporting. The contract includes a base period of one year, with four optional extensions, highlighting the focus on quality control and performance monitoring, involving both government evaluations and contractor compliance. Required qualifications for vendors include partnerships with OEMs and adherence to various federal provisions regarding certification and representations in systems like SAM.gov. Overall, the document underscores the Marine Corps' commitment to operational reliability, safety, and compliance with regulatory frameworks while collaborating with qualified contractors for ongoing telecommunications support.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Switch Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking small businesses to provide maintenance services for Nortel/Meridian switching systems at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. The procurement aims to establish an Extended Service Plan (ESP) that includes essential maintenance, remote support, diagnostics, and hardware repairs, all overseen by a manufacturer-trained expert to ensure minimal disruption to government operations. This contract, which includes a base year and four optional service years starting on August 29, 2025, is critical for maintaining the telecommunications infrastructure necessary for effective government functions. Interested parties must respond to the sources sought notice by providing their small business status, capabilities statement, GSA/FSS contract information if applicable, and must be registered in the System for Award Management (SAM). For further inquiries, contact Sgt. Jaydian Toomin at jaydian.toomin@usmc.mil or Randy L. Wentworth at randy.wentworth@usmc.mil.
Range Maintenance Support Services at Camp Lejeune NC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for Range Maintenance Support Services at Camp Lejeune in Jacksonville, North Carolina. The contract requires the provision of labor, supervision, management, tools, materials, equipment, and transportation necessary for effective range maintenance services, with an initial one-year base period and four one-year options, plus a potential six-month extension, totaling up to 66 months. This procurement is crucial for maintaining operational readiness and safety at the military training facility. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with contact inquiries directed to Krystal Goodman at krystal.goodman@navy.mil or Sidnia Finke at sidnia.e.finke.civ@us.navy.mil.
HC101325QA198-0002:CHANGE SERVICE DATE-08/18/25 & PROPOSAL DUE DATE-05/13/2025. PROVIDE, INSTALL, & MAINTAIN AN 800MB LEASE BETWEEN BLDG 7060; (34.882418 -76.355309) ATLANTIC, NC 28511 & BLDG 9014; RM COMM: FL 1ST, BEAUFORT, NC 28516; 34.9800 -76.4299.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an 800MB Ethernet Private Line (EPL) service lease between two military buildings located in Atlantic and Beaufort, North Carolina. Contractors are required to comply with specific technical specifications, including the installation of fiber optics, and must submit detailed quotes that clearly outline their pricing structures and adherence to the solicitation's requirements. This procurement is crucial for maintaining efficient communication infrastructures within the military, ensuring reliable telecommunications services. Proposals are due by May 13, 2025, with the service date set for August 18, 2025; interested parties can direct inquiries to John Beckman or Dale Rupright via email for further clarification.
NOTICE OF INTENT FOR P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
Buyer not available
The Department of Defense, through the NAVFACSYSCOM MID-ATLANTIC, is announcing a Notice of Intent for the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This procurement involves a firm fixed price construction contract that will utilize brand name or equal descriptions for approximately 34 specified items, ensuring that the quality and performance standards outlined in the plans and specifications are met. The associated documentation includes a detailed list of required materials and products, such as flooring and casework, which are critical for compliance with government standards during construction projects. Interested vendors should direct inquiries to James Godwin at james.a.godwin41.civ@us.navy.mil by 2:00 PM EDT on April 24, 2025, as this opportunity does not constitute a request for proposal.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
Z--Maintenance and Repair Multiple Award Construction Contracts
Buyer not available
Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking qualified contractors for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. The procurement involves renewing, replacing, and upgrading the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom. This project is critical for enhancing the educational infrastructure and technological capabilities of military training facilities. Interested vendors must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and are encouraged to direct inquiries to Betty Gonzalez at beatriz.gonzalez.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil. The estimated contract value is approximately $34 million, with a delivery timeframe of 270 calendar days from the award date.
DG11 - connection and maintenance services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking to procure connection and maintenance services for a 10/10 MBPS Metro E Point to Point Layer 2 circuit for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement, identified as solicitation number N0018925Q0197, emphasizes the need for reliable telecommunication services with an expected availability of 99.9%, and includes a firm-fixed-price purchase order directed exclusively towards Cox Virginia Telcom, L.L.C. The contract performance period is set from April 25, 2025, to April 24, 2026, with options for renewal, and requires compliance with federal regulations, including security clearances for personnel involved. Interested parties should contact Charles Christie or Jacob Gephart via email for further details, with the closing date for submissions extended to April 28, 2025.
IR DEMO Package FY24 Marine Corps Base Camp Lejeune
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
AMEND 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) telecommunications circuit between two military locations: Norfolk, VA, and Seymour Johnson AFB, NC. The contract will require service availability of at least 99.5% over a period of 60 months, with installation completion expected by September 11, 2025, and compliance with rigorous technical specifications and testing standards. This procurement is critical for ensuring reliable telecommunications infrastructure essential for military operations. Interested vendors must submit their quotes by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email for further clarification.