IT Telecommunications
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 Navy, specifically NAVSUP FLT LOG CTR NORFOLK, is conducting market research through a Request for Information (RFI)/Sources Sought Notice for IT Telecommunications maintenance and technical support services. This effort aims to identify qualified contractors for the telecommunications cabling infrastructure at the NASP Complex, Pensacola, Florida. Responses are due by March 25, 2026, at 10 AM CST.
Purpose
This RFI is a market research tool to ascertain the interest, capability, and capacity of potential businesses, both small and large, to provide non-personal services for telecommunications infrastructure maintenance. It is not a Request for Proposal or an invitation for bid and does not commit the Government to any acquisition approach.
Scope of Work
The requirement is for maintenance and technical support services for the BellSouth Telecommunications, Inc. d/b/a AT&T Southeast telecommunications cabling infrastructure at NASP Complex, Pensacola, Florida, including NASP Corry Station and NASP Saufley Field. Services include resolving troubles, providing repairs, and performing maintenance for the base telecommunications cabling infrastructure beyond established demarcation sites. The anticipated contract type is Firm-Fixed Price.
Contract & Timeline
- Opportunity Type: Request for Information (RFI)/Sources Sought
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Duration: Base year + four (4) option years, plus an additional 6-month option (FAR 52.217-8).
- Base Period: May 25, 2026 – May 24, 2027
- Option Years 1-4: May 25, 2027 – May 24, 2031
- FAR 52.217-8 Option: May 25, 2031 – November 24, 2031
- NAICS Code: 517111 – Wired Telecommunication
- PSC: DG01 – IT and Telecom
- Response Due: March 25, 2026, at 10 AM CST
- Published Date: March 19, 2026
Submission Requirements
Interested vendors are encouraged to submit a Statement of Capabilities, not exceeding four (4) typewritten pages (12-point font minimum). Submissions should include:
- Full business name, CAGE code, and UEI.
- Company representative contact information.
- Business size (Large, Small, SDB, 8(a), HubZone, WOSB, SDVOSB).
- SAM registration status and domestic/foreign ownership.
- Recent and relevant experience (within the last five years) demonstrating ability to support the PWS scope, including contract details and customer points of contact.
- If anticipating a small business set-aside, provide rationale for FAR 52.219-14 compliance.
- Large and small businesses should provide expected small business utilization as a percentage of total contract value.
- Industry feedback to the draft PWS is also requested. Responses must be emailed to christopher.d.whiteside2.civ@us.navy.mil and sarah.e.walsh25.civ@us.navy.mil.
Additional Notes
This RFI is for planning purposes only and does not constitute a commitment by the Government. Proprietary information should be clearly marked. The Government will not pay for information received in response.