TDM T-1 CIRCUITS
ID: N7027225Q0008Type: 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 Department of the Navy through NCTAMS LANT, is soliciting proposals for TDM T-1 circuits and related telecommunications services at various U.S. Navy locations, with a focus on the Naval Computer and Telecommunications Area Master Station Atlantic in Virginia. The procurement aims to secure leased telephony services, including basic dial-tone service, T1 point-to-point circuits, and Primary Rate Interface (PRI) circuits, with a high availability standard of 99.9% for the provided services. This initiative is critical for maintaining operational connectivity and ensuring the reliability of telecommunications infrastructure essential for government functions. Interested contractors, particularly Women-Owned Small Businesses, should direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Angela Parker at angela.m.parker58.civ@us.navy.mil, with the performance period set from March 1, 2025, to February 28, 2026.

    Files
    Title
    Posted
    The document outlines the proposal evaluation factors for a Request for Quotation (RFQ) pertaining to telecommunications services under the Federal Acquisition Regulation (FAR). The contractor, Cox Communications, is required to meet specific technical requirements, including the provision of basic dial tone services, point-to-point circuits, primary rate interface circuits, and private line data services. Additionally, it mandates the installation of these services, categorized under non-recurring costs. The underlying purpose is for requesters to identify and evaluate the critical factors necessary for the technical acceptability of contractor offers. The document stresses that all listed items should clearly reflect bona-fide needs rather than wants, ensuring precise alignment with the requirements stated in the Performance Work Statement (PWS) or Statement of Work (SOW). This structured approach helps in maintaining clarity and strict adherence to the federal procurement process, promoting accountability and efficiency in governmental contracting.
    The document outlines the Hampton Roads Commercial TDM - T1 Services, which are scheduled for the performance period from March 1, 2025, to February 28, 2026. The file contains pricing and service details for various telecommunication services, including voice manager lines, access charges, recovery fees, and private line services. Each service category lists monthly and annual quantities and costs, all currently indicated as $0.00, suggesting either a proposal stage or that costs are yet to be determined. The mission includes various factors such as circuit identification, quantity, and service addresses. The proposal details indicate a lack of specified costs or commitments at this stage, emphasizing the tentative nature of the request for proposals. This document falls within the framework of federal and state/local RFPs, likely aimed at securing telecommunication services essential for government operations. Overall, it reflects the planning and budgeting phase for future communications infrastructure in the Hampton Roads region, crucial for government functionality and service delivery.
    This memorandum outlines the justification for the use of other than full and open competition for a procurement under the simplified acquisition threshold, specifically concerning TDM circuits for telecommunications support. The contract will be solicited from a single source, Cox Communications LLC, due to proprietary rights that grant them exclusive control over the required technology. The intended performance period is from March 1, 2025, to February 28, 2025. Cox Communications holds proprietary rights related to the TDM circuits, which are vital for maintaining operational connectivity for multiple agencies. Competing for this contract could disrupt mission-critical functions, leading to operational paralysis and significant costs to realign with alternative systems. The document emphasizes the importance of maintaining existing configurations due to the critical nature of the telecommunications infrastructure involved. The anticipated dollar value of the procurement is not specified in this summary, but certification and approval by relevant technical personnel validate the urgency and necessity of this sole-source acquisition to ensure operational continuity.
    The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSB) for telecommunications support at various U.S. Navy locations, primarily the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) in Virginia. It details the Request for Quote (RFQ) process, including requirement specifications for leased telephony services, installation, maintenance, and a high availability standard of 99.9% for provided services. The scope of work involves offering basic dial-tone service, T1 point-to-point circuits, Primary Rate Interface (PRI) circuits, and necessary installations, alongside conditions regarding scheduled outages and fault reporting procedures. The document requires service contractors to submit detailed monthly invoices and outlines security clearance requirements for contractor personnel due to access to sensitive information. The performance period is set from March 1, 2025, to February 28, 2026, with an emphasis on compliance with federal acquisition regulations. This solicitation reflects government efforts to promote inclusivity and diversity in contracting while ensuring high standards of service delivery aligned with its operational objectives.
    Lifecycle
    Title
    Type
    TDM T-1 CIRCUITS
    Currently viewing
    Solicitation
    Similar Opportunities
    PROVIDE A QUOTE TO PROVIDE, INSTALL, MAINTAIN A 1.544MB COMMERCIAL BUSINESS LINE WITH 4 PRIS AT BLDG. 1705, ROOM 144A, 1732D DAHLGREN RD, DAHLGREN, VA, 22448-5100, US. RETAIN ALL EXISTING DID'S.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1.544MB commercial business line with four Primary Rate Interfaces (PRIs) at Building 1705, Room 144A, located at 1732D Dahlgren Rd, Dahlgren, VA. The procurement aims to ensure reliable telecommunications services while retaining existing Direct Inward Dialing (DID) numbers, which are crucial for operational continuity. This opportunity is significant for contractors specializing in wired telecommunications, as it emphasizes compliance with federal acquisition regulations and the need for detailed proposals that meet specific technical requirements. Quotes are due by February 9, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED SERVICE ON THE IQO BULLETIN BOARD,BETWEEN:(BLDG) 200; (RM) LAN; (FL) 5TH; 200 12TH STREET SOUTH;ARLINGTON, VA 22202/CCI B. (BLDG) 201; (RM) LAN; 6TH FL; 201 12TH STREET SOUTH;ARLINGTON, VA, 22202/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 1GB dedicated telecommunications service between specified buildings in Arlington, VA. The procurement requires compliance with federal regulations and technical requirements, including adherence to testing and acceptance protocols, with a service start date set for June 18, 2025. This service is critical for ensuring secure and reliable communications within the agency, emphasizing the importance of national security in telecommunications. Interested contractors must submit their quotes, which should include detailed technical performance metrics and firm-fixed pricing, by March 18, 2025, at 4:00 PM CT. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via email at benjamin.r.sparlin.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    D--Hard-Wired Telecommunication
    Buyer not available
    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.
    D--Centrex Support Services
    Buyer not available
    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.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 6 MEGABIT UP AND DOWNLOAD SPEEDS AT NEW YORK TRACON
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of internet services at the New York TRACON, with a minimum speed requirement of 6 megabits per second. The contractor will be responsible for ensuring a reliable telecommunications infrastructure, which includes establishing a Telecommunications Service Priority (TSP) to guarantee service reliability and prioritization, while maintaining a 99.5% uptime and quick response to outages. This procurement is critical for operational success, emphasizing the need for high-quality telecommunications services without disruption to existing lines. Interested vendors must submit their quotes by February 28, 2025, with the service expected to be operational by March 28, 2025. For further inquiries, contact George Butler at George.c.butler4.civ@mail.mil or Haley Guttersohn at haley.l.guttersohn.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 TRUNK BETWEEN THE DISA IE1 ODXC SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 6071, SWITCH RM, N 16TH AND COLORADO AVE, JBLM, WA.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two critical locations in Washington state: Whidbey Island Naval Air Station and Joint Base Lewis-McChord. The procurement requires contractors to ensure complete physical diversity from existing services, adhere to strict telecommunications standards, and deliver comprehensive technical documentation, including connectivity diagrams and performance metrics, to support mission-critical communications infrastructure. This initiative underscores the importance of reliability and security in government telecommunications, with a service deadline set for June 5, 2025. Interested parties should direct inquiries to Maxwell Jones or Dale Rupright via email for further details.
    PROVIDE, INSTALL, AND MAINTAIN A 64KB COMMERCIAL BUSINESS LINE (CBL) SERVICE AND ONE OF TWO ANALOG TELEPHONE LINES THAT SUPPORT SITE ALARM SYSTEMS AT THE DOD CENTER, BLDG 400, RM 1220, 400 GIGLING ROAD, SEASIDE, CA 93955.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 64KB Commercial Business Line (CBL) service and one of two analog telephone lines to support site alarm systems at the DOD Center located in Seaside, California. The procurement aims to ensure reliable telecommunications services that comply with federal and military regulations, particularly for a controlled-access facility, emphasizing the importance of security and uninterrupted service delivery. Interested contractors must submit detailed quotations by March 24, 2025, with a critical service date set for July 22, 2025; for further inquiries, they can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN A 64KB COMMERCIAL BUSINESS LINE (CBL) SERVICE AND ONE OF TWO ANALOG TELEPHONE LINES THAT SUPPORT SITE ALARM SYSTEMS AT THE DOD CENTER, BLDG 400, RM 1220, 400 GIGLING ROAD, SEASIDE, CA 93955.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 64KB Commercial Business Line service and two analog telephone lines to support site alarm systems at the DOD Center located in Seaside, California. The primary objective of this procurement is to ensure reliable telecommunications services that comply with national security standards and meet specific technical requirements, with a requested service commencement date of July 22, 2025. This contract is critical for maintaining effective communication and operational security at the facility. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 24, 2025, at 4:00 PM America/Chicago, and are encouraged to communicate with designated contacts Maxwell Jones and Dale Rupright for further clarification on the proposal requirements.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    D--Market Research/Request for Information (RFI) Naval Facilities Engineering Command (NAVFAC) Atlantic, Lafayette River Annex (LRA) Telephone Maintenance
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Naval Facilities Engineering Command (NAVFAC) Atlantic, Lafayette River Annex (LRA) has issued a market research/request for information (RFI) for telephone maintenance services. The requirement is to provide telephone maintenance to the Lafayette River Annex located at 6506 Hampton Blvd. Norfolk, VA 23508. The contractor must be local to meet on-site support requirements. This RFI is for informational purposes only and does not request pricing details at this time. The response to this RFI is due by 21 August 2017 12:00 PM EDT via email. The Contracting Office for this action will be NAVFAC Atlantic, Norfolk, VA. For more information, contact Amber Forehand-Hughes at amber.forehand@navy.mil.