Dare County Range Phone Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Air Force, specifically Seymour Johnson Air Force Base, is conducting a Sources Sought for phone services at the Dare County Bombing Range in Stumpy Point, North Carolina. This is for market research and planning purposes only, not a Request for Quotation. The requirement is for landline telephone services, not mobile or cellular. Responses are due by March 2, 2026, at 1 PM EST.
Scope of Work
The government anticipates a need for a minimum of one (1) service line with a service plan that includes reliable and consistent network coverage at the Dare County Bombing Range Facility. Key salient characteristics include reliability, security, customer service, and the ability to retain the original phone number. A clarification document (Q and A.docx) explicitly states that the government is seeking landline telephone services only, and devices or phone plans for mobile services are not required.
Contract & Timeline
- Type: Sources Sought / Market Research (RFQ number FA480926Q0019 for reference)
- NAICS Code: 517121 (Wired Telecommunications Carriers) with a size standard of 1,500 employees.
- Set-Aside: None specified; market research is being conducted to determine interest, capability, and socio-economic categories of potential sources (e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB, small business).
- Response Due: March 2, 2026, at 1 PM EST.
- Published: February 24, 2026.
Submission Requirements
Interested firms should submit a capabilities package (not exceeding 5 pages for services) demonstrating their ability to meet the requirements. For services, include three past references with contact information and contract numbers. If subcontracts are planned, provide the anticipated percentage of effort and whether small or large businesses will be used. The package must include DUNS, CAGE Code, SAM expiration date, and a description of the company's business status, anticipated teaming arrangements, and similar services offered. Respondents must also state if they are a supplier or manufacturer. Responses should be submitted electronically to nakisha.mckenzie@us.af.mil.
Additional Notes
This notice does not constitute a commitment by the Government. All information submitted is voluntary. Future information, including any quotation or amendments, will be issued via SAM.gov. The primary point of contact is Nakisha McKenzie (nakisha.mckenzie@us.af.mil, 919-722-1553).