Commercial telephone services

SOL #: N0018926NCTAMSPhonesSources Sought

Overview

Buyer

NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Wired Telecommunications Carriers (517111)

PSC

Telecom Access And Other Usage Billing Services. Includes Satellite Communications Access, Internet, Cellular Services, Landline And Telephone Services. Transport Services For Data And Voice Network Circuits And Associated Access Facilities And Services; Includes Dedicated And Virtual Data Networks. (DG11)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Jan 21, 2026
3
Response Deadline
Jan 20, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy / NAVSUP Fleet Logistics Center Norfolk has issued a Sources Sought notice to identify qualified and experienced sources capable of providing commercial telephone services for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) Area of Operations. This market research aims to replace existing Time Division Multiplexing (TDM) commercial telephony services across multiple naval installations. Responses are due by January 27, 2026.

Scope of Work

The requirement is for comprehensive commercial telephone services, including installation and long-term support for approximately 20,560 endpoints. Services are needed at:

  • Naval Air Station (NAS) Key West, FL
  • Naval Station (NAVSTA) Great Lakes, IL
  • NAVSTA Norfolk, VA
  • Joint Expeditionary Base (JEB) Little Creek, VA
  • Naval Support Activity (NSA) Mechanicsburg, PA
  • NSA Philadelphia, PA
  • Philadelphia Naval Yard Annex (PNYA), PA

The solution must be compatible with current Information Systems Platform (ISP) infrastructure, support Next Generation 911 (NG911), crash nets, Automatic Call Distribution (ACD), Uniform Call Distribution (UCD), Call Trace, Pre-Set Conference, call forwarding, and voicemail. It must also support various existing endpoint types (digital/IP phones, VTC, STE, VoSIP, TSG-6) and maintain a minimum service availability of 99.9%.

Anticipated Contract Details

  • Type: Indefinite-Delivery, Indefinite-Quantity (IDIQ) with Firm, Fixed-Price provisions.
  • Period of Performance: Anticipated 5-year ordering period, plus an option to extend services. Expected start date around February 1, 2027.
  • NAICS Code: 517111, Wired Telecommunications Carriers.
  • PSC Code: DG11, IT and Telecom - Network: Satellite Communications and Telecom Access Services.
  • Set-Aside: The government will consider small business set-aside possibilities. Respondents should address compliance with FAR 52.219-14 (Limitations on Subcontracting) if proposing as a prime for a small business set-aside, or provide small business utilization percentage if not a set-aside.

Submission Requirements

Interested businesses must submit a Statement of Capabilities (SoC), including:

  • Full business name, CAGE code, and DUNS Number.
  • Company representative contact information.
  • Business size (based on NAICS code).
  • SAM.gov registration status.
  • Ownership details (domestic/foreign).
  • A recommended method for delivering telephonic capabilities (e.g., VOIP, 5G) to replace current Centrex support, addressing PWS sections 3 and 4, prior experience, risks/benefits, efficiencies, longevity, and transition details (time, costs, risks).
  • Estimated monthly and yearly costs per location (in Excel format) for 5 years, including Other Direct Costs (ODCs) and transition costs.
  • Specific locations the company is interested in and capable of supporting.

The SoC should be no more than 15 pages (12-point Times New Roman font). Responses must be emailed to James Keegan (james.p.keegan7.civ@us.navy.mil) and Samantha Miller (samantha.a.miller77.civ@us.navy.mil).

Key Clarifications

  • The solution will operate on an independent vendor-owned/maintained distribution network, not a Navy Network.
  • For Cloud-based solutions, vendors must have a DoD Moderate Impact FedRAMP ATO. The PWS requires compliance with DoD impact-level 2 (moderate) and FedRAMP ATO/certification.
  • DSN numbers will not be supported; existing endpoint numbers will be used.
  • Existing TDM Centrex analog commercial telephone service is in place.
  • Reuse of existing outside/inside cable plant is encouraged where possible.

Additional Notes

This is a market research tool and not a Request for Proposal. The government will not pay for information received.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 4
Sources Sought
Posted: Jan 21, 2026
View
Version 3Viewing
Sources Sought
Posted: Jan 16, 2026
Version 2
Sources Sought
Posted: Dec 30, 2025
View
Version 1
Sources Sought
Posted: Dec 9, 2025
View
Commercial telephone services | GovScope