LEC TELECOM JACKSONVILLE
ID: N7027224Q0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCTAMS LANTNORFOLK, VA, 23511-2784, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

    The Department of Defense, specifically the Naval Computer and Telecommunications Area Master Station Atlantic, is soliciting proposals for local exchange carrier services at Naval Air Station Jacksonville, Florida, with a performance period commencing on October 1, 2024. The procurement aims to ensure reliable telecommunications facilities, including voice, data, and image services, while adhering to stringent security and operational standards. This initiative is critical for maintaining effective communication infrastructure essential for Navy operations, with a focus on high reliability and rapid response to service disruptions. Interested vendors must submit their price quotes by September 20, 2024, 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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Naval Air Station Jacksonville addresses the requirements for local exchange access and commercial network services for various Naval complexes in the Jacksonville area. The contractor will ensure reliable telecommunications facilities, including voice, data, and image services, with a focus on engineering, implementation, testing, maintenance, and customer support. Contract performance spans six months, with an optional three-month extension. Key responsibilities include setup of Integrated Services Digital Network (ISDN) trunks, configuring digital transport lines, providing emergency services, and maintaining connectivity to the Defense Switched Network and long-distance services. The contractor must provide 24/7 support, manage trouble reports, and ensure compliance with telecommunications standards. Physical security measures and personnel identification are mandated for access to the facilities. The initiative emphasizes high reliability, rapid response times for service disruptions, and support for emergency incidents. It also includes responsibilities for technical reporting, customer billing, and continuous enhancements to the telecommunication infrastructure. Overall, this PWS underlines the importance of effective telecommunications services for Navy operations while ensuring adherence to stringent security and operational standards.
    The document details various telecommunications services associated with multiple account IDs, primarily focusing on Primary Rate ISDN lines, business flat-rate multichannel services, and various federal service fees including Universal Service and Subscriber Line Charges. The accounts listed demonstrate extensive use of ISDN services, indicating a significant investment in facilitating high-quality digital communications essential for government functions. Services related to call forwarding, caller ID delivery, and memory call announcements are included, alongside mentions of additional charges related to hunting/rollover services and federal fees. Each listed service appears to be associated with specific federal guidelines, suggesting compliance with governmental standards regarding telecommunications. This documentation reflects the organization’s communication infrastructure requirements and financial commitments to maintaining essential communication lines, aligning with federal expectations for operational readiness and service accessibility. Overall, the document outlines the breadth and depth of telecommunications services and associated costs that support governmental operations.
    This memorandum outlines the justification for using other than full and open competition for a contract related to local exchange carrier services at NAS Jacksonville, NS Mayport, and Cecil Field, FL, with a delivery date set for October 1, 2024. Under the Simplified Acquisition Threshold, it states that competitive solicitations can be bypassed when only one source is reasonably available, as stipulated in FAR 13.106-1(b)(1)(i). AT&T is identified as the sole vendor capable of meeting the specific requirements, due to their exclusive technical capabilities and existing infrastructure critical for operations. The justification cites critical equipment needs, noting that the failure of the required phone lines poses a risk to operational integrity and safety. This scenario reflects the government's procurement policy that seeks to ensure essential services while adhering to regulatory guidelines, highlighting the need for specialized support that prevents delays in service delivery that could impact mission-critical operations. The memorandum serves to document compliance with federal regulations regarding the acquisition process while emphasizing the urgency and exclusivity of the service requirements.
    The Naval Computer and Telecommunications Area Master Station, Atlantic has issued a combined synopsis/solicitation for commercial items under solicitation number N7027224Q0031. This Request for Quotes (RFQ) seeks proposals for a Firm-Fixed Price contract with a performance period from October 1, 2024, to March 31, 2025, with an optional extension until September 30, 2025. The solicitation follows FAR guidelines and incorporates various provisions related to offeror instructions, evaluation, and contract terms. Key requirements include submission of a price quote detailing unit prices, delivery timelines, and adherence to technical requirements specified in the performance work statement (PWS). The government will evaluate offers based on technical capability and price, aiming to select the lowest priced technically acceptable proposal. Companies are instructed to include past performance information for evaluation. Important dates also include a proposal due date of September 20, 2024, with specific email submission instructions. Various federal acquisition clauses are applicable, highlighting compliance with numerous regulations, including those on employment and subcontracting conditions. This solicitation underscores the government's commitment to supporting operational requirements through procurement while ensuring regulatory compliance.
    Lifecycle
    Title
    Type
    LEC TELECOM JACKSONVILLE
    Currently viewing
    Solicitation
    Similar Opportunities
    KEY WEST INFRASTUCTURE VOIP TRANSITION SOLUTION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, is seeking proposals for a Voice Over Internet Protocol (VoIP) transition solution at Naval Air Station Key West, Florida. The project aims to replace existing Time Division Multiplexing (TDM) services for approximately 2,200 users across 149 buildings, requiring vendors to provide a comprehensive plan that includes installation, equipment, implementation costs, and a timeline for transition expected in FY25. This initiative is critical for enhancing military communication infrastructure, ensuring reliable telecommunication services for defense and emergency operations. Interested vendors must submit their proposals by September 23, 2024, with a performance period from September 27, 2024, to January 26, 2025; for further inquiries, contact Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    IT NETWORK MATERIALS AND SUPPLIES
    Active
    Dept Of Defense
    The Department of the Navy, specifically the Naval Computer and Telecommunications Area Master Station, Atlantic, is seeking quotes for IT network materials and supplies under the solicitation N7027224Q0024. The procurement includes a variety of telephone accessories and network infrastructure hardware necessary to meet specific mission requirements, emphasizing compliance with the Trade Agreements Act (TAA). This initiative aims to enhance communication and IT infrastructure within government operations, reflecting a priority on operational efficiency and adherence to security regulations. Interested vendors must submit their quotes, including pricing and technical descriptions, by September 20, 2024, and can direct inquiries to Rashel Hauber at rashel.i.hauber.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking potential offerors for Base Operations Support (BOS) services at Naval Station Mayport and associated facilities in Jacksonville, Florida. The procurement aims to identify qualified businesses capable of providing a range of facilities support services, including facility management, custodial services, pest control, and utilities management, with an estimated annual contract value between $30 million and $40 million. This initiative is crucial for ensuring operational efficiency and support for military installations, and responses to the sources sought notice are due by 2:00 PM EDT on September 24, 2024. Interested parties should submit their qualifications electronically to Jennifer Doherty at jennifer.e.doherty.civ@us.navy.mil, adhering to the specified guidelines.
    Local Exchange Services for Joint Base San Antonio, TX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for local exchange services at Joint Base San Antonio, Texas, under solicitation number W91RUS24Q0016. The procurement aims to secure local data circuits, including both analog and digital transport services, ensuring compliance with performance baselines and the provision of essential services such as emergency E911. These telecommunications services are critical for maintaining reliable communication within government operations, with a contract period that includes a base year and four option years. Interested vendors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline.
    D--Centrex Support Services
    Active
    Dept Of Defense
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    D--Hard-Wired Telecommunication
    Active
    Dept Of Defense
    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.
    PROVIDE, INSTALL AND MAINTAIN A 50MB SERVICE AT 650 FLORIDA AVE, TYNDALL AFB (PORT SAINT JOE), FL 32403
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 50MB telecommunications service at Tyndall Air Force Base, located at 650 Florida Ave, Port Saint Joe, FL. The procurement requires contractors to ensure a service availability of 99.5% or higher, with stringent conditions for response and restoration times for outages, while avoiding the use of satellite links and providing 24/7 monitoring capabilities. This opportunity is critical for maintaining robust telecommunications infrastructure, reflecting the government's commitment to high operational standards and compliance with federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can contact Shawn Arentsen or Amanda Romanitis via email for further information.
    Local Exchange Services for ALTESS, VA.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for local exchange services in Radford, Virginia, essential for uninterrupted communication within its facilities. This procurement, outlined in solicitation W91RUS24Q0017, focuses on one-time charges for installation and cutover periods, along with diverse routing options for robust connectivity. Vendors must conform to the detailed requirements in the Statement of Work, which includes analog and digital access, and provide a comprehensive technical solution. The Army will evaluate vendors based on price, technical capability, and past performance, with submissions due by the specified deadline. The contract, worth an estimated four years, emphasizes the need for a seamless transition and continued services during the cutover period.
    8 KVH One TracNet H60 VSAT with Static Ip and Airtime Svcs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLC Bahrain, is seeking proposals for the procurement of the 8 KVH One TracNet H60 VSAT system, which includes static IP and airtime services. This solicitation aims to enhance satellite telecommunications capabilities, which are critical for effective communication and operational support in military operations. The place of performance for this contract will be in Juffair, Bahrain, and interested vendors can reach out to Edith Fuentes at edilberta.y.fuentes.ln@us.navy.mil or by phone at 97317853790, or Adams Diaz at adams.a.diaz.civ@us.navy.mil or 3184394219 for further details. The solicitation is currently open, and interested parties should ensure they meet all requirements outlined in the solicitation documents.