Maintenance and Support of Nortel Telephone Switch
ID: N6817125Q8005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SIGONELLA NAPLES OFFICEFPO, AE, 09622-0050, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)

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 proposals for the maintenance and support of Nortel telephone switches at Naval Support Activity (NSA) Souda Bay, Crete, Greece. The contract will provide 24/7 technical assistance and equipment maintenance from April 1, 2025, to March 31, 2029, with an option for three additional years, ensuring reliable telecommunications support critical for operational effectiveness. Key services include unlimited remote support, emergency and routine repair services, and timely replacement of parts, all while adhering to Department of Defense policies. Interested parties should contact Magdalini Schoulidou at magdalini.schoulidou.ln@us.navy.mil or Kelly McFarlin at Kelly.n.mcfarlin.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for an Extended Service Plan (ESP) related to the Nortel/Meridian telecommunications switches at Naval Support Activity (NSA) Souda Bay, Crete, Greece. The RFP specifies that the Navy Computer Telecommunication Area Master Station requires a contract to provide 24/7 technical assistance and equipment maintenance over a period from April 1, 2025, to March 31, 2029, with the option for three additional years. Key services include unlimited remote support, emergency and routine repair services, and replace parts within specified timeframes. The contractor is expected to maintain compliance with relevant Department of Defense policies and manage contract performance effectively. The document also outlines stringent technical requirements and emphasizes the importance of providing timely responses to emergencies. Additionally, contact details for the contracting and technical representatives are provided, and the document incorporates numerous clauses related to compliance with federal regulations. The overall purpose is to ensure reliable telecommunications support for the Navy at the Souda Bay base, underscoring the critical nature of such services for operational effectiveness.
    The Quality Assurance Surveillance Plan (QASP) outlines the government’s framework for ensuring that contractors meet the performance metrics established in Performance Based Service Contracts. Its primary goal is to guarantee that services rendered meet quality standards, allowing the government to pay only for acceptable service levels. The QASP operates under the authority of FAR 52.212-4(a) and emphasizes that while the contractor is responsible for quality control, the government will conduct oversight through various evaluation methods, including customer feedback, random inspections, and deliverable inspections. Responsibilities are delineated between the Contracting Officer, who oversees contractual compliance, and the Contracting Officer’s Representative (COR), who assists in managing oversight activities. Performance is assessed monthly, and an annual Contractor Performance Assessment Report (CPARS) is generated to evaluate contractor performance, influencing future contracting decisions. The document’s key elements include performance requirements and acceptable quality levels articulated in a QASP Matrix, as well as protocols for addressing discrepancies and ensuring compliance with federal regulations. This structured monitoring process is critical for maintaining the integrity of federal grants and contracts and ensuring quality service delivery within state and local RFP frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NCTAMS LANT GRINDAVIK
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking qualified contractors to provide technical support for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) at Detachment Grindavik, Iceland. The procurement involves operating and maintaining the Low Frequency Fixed Submarine Broadcast System (FSBS), requiring 24/7 availability and comprehensive management of equipment and facilities over a contract period that includes a twelve-month base and four option years. This contract is critical for ensuring effective military communication systems in strategic areas, supporting national defense operations. Interested parties must submit a capabilities statement by February 13, 2025, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    USNS SHIP VOYAGE REPAIR
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for the USNS Ship Voyage Repair, scheduled for April 2-16, 2025, in Limassol, Cyprus. The procurement requires contractors to provide detailed quotes that include technical capability documentation and pricing for various repair and maintenance tasks, including hull and structural work, electrical systems, and auxiliary machinery. This opportunity is critical for maintaining the operational readiness of navy vessels, ensuring compliance with federal procurement protocols, and addressing technical deficiencies that impact fleet efficiency. Interested vendors must submit their quotes by February 18, 2025, and direct inquiries to Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil or Maria Di Lieto at Maria.Dilieto.it@eu.navy.mil.
    5995 - FMS REPAIR OF (1) CABLE AND REEL ASSY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified contractors to repair one unit of the Cable and Reel Assembly for the S-70B Aircraft, specifically for the country of Greece. The procurement involves providing labor, materials, and facilities necessary to restore the government-owned item to operational condition, with the intent to solicit only one source, L3 Technologies Inc., under FAR 6.302-1 due to the government's inability to provide the necessary data for repairs. Interested parties are encouraged to submit capability statements within five days of the notice, although the government retains discretion over the competitive nature of the contract. For further inquiries, interested contractors can contact Brian Emde at 215-697-3071 or via email at brian.emde@navy.mil.
    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.
    Voyage Repair USS Ship
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella, is soliciting bids for maintenance and repair services on the USS Oscar Austin (DDG 79) at Souda Bay, Greece. The project includes critical tasks such as replacing the Main Reduction Gear Standby Lube Oil Pump 2B Shaft Coupling and insulation lagging in various machinery spaces, with a contract performance period from March 4 to March 14, 2025. This procurement is vital for ensuring the operational integrity and safety of naval vessels, adhering to stringent quality management and safety standards. Interested contractors must submit their quotes by February 18, 2025, and are encouraged to contact Bjorn T. Ostermann or Nicole Barnhart for further information regarding the solicitation.
    58--CONTROL,INTERROGATO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure five units of a specific control and interrogation component, identified by NSN 7E-5895-015935824. The procurement is for repair or modification services, and the government has determined that it is uneconomical to purchase the data or rights necessary to contract this part from other sources, thus limiting the solicitation to a single source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with proposals due within 45 days of the notice publication. For further inquiries, potential vendors can contact Prabit Dhital at (717) 605-4358 or via email at PRABIT.DHITAL.CIV@US.NAVY.MIL.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.
    58--INTERFACE UNIT,COMM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of communication interface units. This procurement focuses on IT and telecom network products, particularly analog voice hardware and perpetual license software, which are critical for maintaining effective communication systems within naval operations. Interested parties can reach out to Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details regarding the presolicitation notice. Additional information regarding funding amounts and deadlines will be provided in subsequent announcements.
    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.
    Mobile Telephone and Data Services for the U.S. Embassy Athens, Greece
    Buyer not available
    The Department of State is seeking qualified vendors to provide mobile telephone and data services for the U.S. Embassy in Athens, Greece, and its associated offices in Thessaloniki. Interested contractors must be established businesses with the necessary licenses and a permanent address in Greece, as the procurement is classified under telecommunications and does not fall under the Recovery and Reinvestment Act. The contract will have a base year with four optional one-year renewals, and proposals must be submitted electronically, adhering to specific file formats and size limitations. Interested parties should contact Dresden A. Kalin at athprocurement@state.gov or Tolis Mouyios at Athprocurement@state.gov for further information, and must register in the System for Award Management (SAM) prior to submission. The automatic archive date for this solicitation is set for May 31, 2025.