Telecommuncations Maintenance and Technical Support
ID: M6700125Q0005Type: Sources Sought
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
    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 procurement involves comprehensive support for DC Power Systems, including technical assistance, diagnostics, maintenance, and equipment replacement, all compliant with original equipment manufacturer (OEM) standards. This contract is critical for ensuring uninterrupted telecommunications services vital to Marine Corps operations, with a base period of 12 months and four optional extensions available. Interested vendors must submit their proposals by May 16, 2025, and are required to acknowledge receipt of the solicitation and its amendments to avoid rejection. For further inquiries, potential offerors can contact Arlene Williams at arlene.d.williams@usmc.mil or Waymon D. Gardner at waymon.gardner@usmc.mil.

    Files
    Title
    Posted
    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.
    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.
    The Marine Corps Field Contracting System issued an amendment to solicitation M6700125Q0005, extending the closing date for proposals from April 23, 2025, to May 16, 2025. This amendment, signed on April 23, 2025, indicates that all other terms and conditions from the original solicitation remain unchanged. The new submission deadline specifies responses must be received by 4:30 PM on the revised date. Contractors are required to acknowledge receipt of this amendment to avoid potential rejection of their offer. The document is structured according to standard forms, including necessary fields for signatures from both the contracting officer and the contractor. Overall, the amendment serves as a formal notice to potential offerors regarding the extended deadline, ensuring clarity in the solicitation process under federal contracting regulations.
    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.
    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.
    Similar Opportunities
    D-10298 Mainside Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base Camp Lejeune, North Carolina, under the D-10298 Mainside Pay As Cut FY26 contract. This pay-as-cut timber sale requires bidders to meet or exceed government estimated unit prices for various timber products, with the highest total bid winning the contract, which extends until December 31, 2027. The timber sale is crucial for supporting construction projects and silvicultural work, emphasizing safety and environmental responsibility throughout the logging process. Bids are due by 2:00 PM local time on January 8, 2026, with a required bid deposit of 20% and performance bond of $25,000; interested parties should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    D-10300 Sandy Run Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10300 Sandy Run Pay-As-Cut Timber Sale at Marine Corps Base, Camp Lejeune, North Carolina. This procurement involves the purchase and removal of timber, with bids due by January 8, 2026, at 2:00 PM local time, requiring a bid deposit and performance bond of $25,000 each. The timber sale is designed to facilitate the harvest of merchantable timber for construction and silvicultural projects, emphasizing responsible harvesting practices and environmental compliance. Interested bidders should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    D-10299 Verona Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base, Camp Lejeune, North Carolina, under the "D-10299 Verona Pay As Cut FY26" contract. This pay-as-cut timber sale requires bidders to submit unit prices for various timber classifications, with the highest bidder awarded the contract, and mandates that projects containing over 1000 tons of merchantable timber must be harvested. The bid opening is scheduled for January 8, 2026, at 2:00 PM local time, and interested parties should direct inquiries to Mark Moran at mark.j.moran.civ@us.navy.mil or (757) 341-0697. Bidders must comply with specific requirements outlined in the Invitation for Bids, including performance bonds and safety regulations, with the contract term extending until December 31, 2027.
    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.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Commercial telephone services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide commercial telephone services in support of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement aims to replace existing Time Division Multiplexing (TDM) services with modern telephony solutions across seven key Naval installations, including locations in Florida, Illinois, Pennsylvania, and Virginia, while supporting approximately 20,560 endpoints with advanced features such as Automatic Call Distribution and integration with Next Generation 911 infrastructure. Interested businesses are invited to submit a Statement of Capabilities by January 6, 2026, detailing their qualifications and proposed solutions, with the anticipated contract type being an Indefinite-Delivery, Indefinite-Quantity contract starting around February 1, 2027. For further inquiries, interested parties may contact James Keegan or Samantha Miller via their provided email addresses.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.