Voice, Internet, and Managed Services JRM/J9 Relocation to the Julale Center
ID: N6264925QH011Type: Solicitation
AwardedApr 22, 2025
$85.6K$85,585
AwardeePTI PACIFICA INC
Award #:N6264925PH022
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

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

    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide Network as a Service (NaaS) for the Joint Region Marianas (JRM) to support their relocation to the Julale Center in Hagatna, Guam. The contractor will be responsible for delivering commercial voice, internet, and managed network services, ensuring reliable voice and data connectivity for daily operations. This procurement is critical for maintaining effective communication and operational efficiency within the JRM, which plays a vital role in military readiness and support in the region. Interested small businesses are encouraged to reach out to Asaki Nakasone at 070-7416-3051 or via email at asaki.nakasone.ln@us.navy.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.

    Point(s) of Contact
    Telephone: 0989381111 Ext: 6348738
    asaki.nakasone.ln@us.navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    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.
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    Capacity as A Service (CaaS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations Command (MCICOM), is seeking small business vendors to provide Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure and data centers. The procurement aims to modernize the Marine Corps' computing, networking, and storage resources, ensuring compatibility with various operating systems and adherence to Department of Defense security requirements. This initiative is crucial for enhancing the operational capabilities of the Marine Corps' laboratory environments and data centers, aligning with the Data Center Optimization Initiative (DCOI). Interested vendors must submit their responses by January 4, 2025, and can direct inquiries to Kevin D. Guertin at kevin.guertin@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.
    Janes Customer Portal
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure subscriptions for the Janes Customer Portal, specifically for Equipment and News, under solicitation number N66604-26-Q-0014. This procurement is a sole-source, firm-fixed-price acquisition set aside for small businesses, requiring subscriptions for the period from January 1, 2026, to December 31, 2026, as Janes Group is recognized as a leading publisher of open-source defense intelligence critical for Navy research and operational advantage. Interested firms must submit a written response with a capability statement by October 15, 2025, at 6:00 PM EST, including item prices, shipping costs, and other relevant details, with active SAM registration required for participation. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    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.
    CANES MAC RFP N0003926R9118
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems, is soliciting proposals for the CANES MAC RFP N0003926R9118, focusing on the procurement of digital network products and associated hardware and software. This opportunity is aimed at enhancing communication capabilities within the Navy, emphasizing the importance of advanced technology in supporting military operations. Interested vendors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for the solicitation number. For inquiries, potential bidders may contact Susana Wiker at susana.l.wiker.civ@us.navy.mil or Elisa Jaime at elisa.m.jaime.mil@us.navy.mil.
    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.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with stringent military specifications. These items are essential for the Navy's systems and operations, ensuring they meet the required standards for functionality and safety. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Recruiting Station-Army Career Center - Dededo, Guam
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,000 to 1,200 gross rentable square feet of commercial retail storefront space in Dededo, Guam, for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the lessor to provide essential services such as utilities, janitorial services, and adequate parking for government vehicles. This procurement is vital for establishing a functional recruiting center that meets specific accessibility, safety, and operational standards as outlined in the Request for Lease Proposals (RLP). Interested parties must submit their proposals electronically by December 31, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).