Key West Bridge
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is issuing a Sole Source bridge contract for integrated, switched voice and data telecommunications services at Naval Air Station (NAS) Key West, FL, and surrounding areas. This requirement is a direct award to AT&T (BellSouth dba AT&T) per FAR 6.302-1, justified by the critical need to maintain service continuity and the incumbent's infrastructure ownership. However, all responsible sources may submit a quote by April 1, 2026, at 1:00 PM Eastern time.
Scope of Work
This bridge contract requires the provision of commercially available integrated, switched voice and data telecommunications services via Central Office based dial tone facilities. Key services include:
- Maintaining approximately 2,000 telephone numbers.
- Providing dial tone services to Rate Demarcation Points (RDPs) across multiple buildings at NAS Key West (including Trumbo Point, Boca Chica, Sigsbee, Branch Health Clinic, and Truman Annex) and surrounding locations.
- Supporting approximately 1,253 core users for NAS Key West and a separately priced requirement for 757 users at JIATF South (JIATF South services to be removed by September 30, 2026).
- Providing and installing equipment compliant with DoD Unified Communications Requirements (UCR), Security Technical Implementation Guide (STIG), Military Unique Deployment Guide (MUDG), and the DoDIN Approved Products List (APL).
- Offering local calling, E911/E988 Automatic Number Identification (ANI) and Automatic Location Identifier (ALI) data, various Class of Service (CoS) capabilities, and protection from phone fraud.
- Providing analog circuit service for the FAA tower, 14 digital circuit services, and 12 high-capacity (T1/DS1) digital circuit services.
- Managing telephone number assignments, supporting transition from the current contract, and billing in arrears monthly via WAWF.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Solicitation Number: N0018926QL050 (Request for Quote - RFQ)
- NAICS Code: 517111 (Telecommunications Carriers), Small Business Size Standard: 1500 employees
- Product Service Code: DG11 (Telecom Access And Other Usage Billing Services)
- Period of Performance:
- Base Year: June 1, 2026 – January 31, 2027 (8 months)
- Option I: February 1, 2027 – May 31, 2027 (4 months)
- Place of Performance: Naval Air Station Key West, FL (33040) and surrounding areas.
Acquisition Strategy
This is a Sole Source acquisition, justified under FAR 6.302-1, to BellSouth Telecommunications, LLC, dba AT&T. The justification cites the need to prevent service disruption, the incumbent's ownership of the necessary infrastructure, and insufficient time to conduct a competitive procurement before the current contract expires. While a direct award is intended, the agency is requesting quotes from all responsible sources. A future, competitively awarded contract for telecommunications technology is planned, and an RFI has already been posted.
Submission & Deadlines
- Quotes Due: Wednesday, April 1, 2026, at 1:00 PM Eastern time.
- Submission Method: Via email to James Keegan (james.p.keegan7.civ@us.navy.mil) and Samantha Ballance (samantha.a.ballance.civ@us.navy.mil).
- Required Submission: Quote along with completed CLIN Pricing Information. Oral communications are not acceptable.
- Evaluation: The government intends to award a single FFP contract. While a sole source is justified, quotes from other responsible sources will be considered.
Additional Notes
This combined synopsis/solicitation incorporates FAR Part 12 and applicable FAR/DFARS clauses. Attachments include a Performance Work Statement (PWS), Clauses and Provisions, and the Justification for Sole Source.