MOCC Unify Reconnection Services
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, 377 MSG/PKA at Kirtland Air Force Base, NM, has issued a Sources Sought Notice for MOCC Unify Reconnection Services. This market research aims to identify potential sources capable of providing an OpenScape Voice IP reinstallation for eight (8) controller positions within the Kirtland Maintenance Operations Control Center (MOCC). The effort is anticipated to result in a Firm-Fixed-Price contract. Responses are due by February 23, 2026.
Scope of Work
The requirement is to reinstall the OpenScape Voice System, which was disconnected due to flooding. This includes all associated operating systems, wires, cables, controller screens, and radio interfaces, along with a voice recorder with playback and downloadable capability. Specific tasks include:
- Reinstallation of the OpenScape Voice System and Uninterrupted Power Supply (UPS).
- Installation of eight (8) new OpenScape Voice Teguar Touch Screen Phones across two rooms (six in C-10, two in C-07).
- Reconnection and integration of existing radio interface units with Land-Mobile Radio (LMR) radios.
- Integration of required hotlines and phone lines (e.g., Secondary Crash Net, Base Defense Operations Center).
- Back-mounting of eight (8) positions into existing console furniture monitor arrays.
- Providing a Limited Lifetime warranty for manufactured parts and software. The system must meet JITC, IP capability, and DISA requirements, connect to the base phone system and DISN via AS-SIP, and support features like MLPP, digital voice recording, multi-user operation, extensive speed dial/hotline programming, and caller ID. Contractor personnel must be US citizens with a felony-free history for base access.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (for market research)
- Anticipated Contract Type: Firm-Fixed-Price
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors)
- Size Standard: $19,000,000
- Response Due: February 23, 2026, by 1:00 PM MST
- Published Date: January 26, 2026
- Period of Performance: Approximately ninety (90) days after contract award.
Response Requirements
Interested businesses are invited to respond electronically. Responses must include:
- Company name, address, CAGE code.
- Point of contact with email address and telephone number.
- Business size (e.g., small business, SDB, SDVOSB, EDWOSB, WOSB, HUBZone) using NAICS 238210.
- A Statement of Capabilities, limited to one page, demonstrating the ability to provide the described maintenance service. The Air Force will use responses to assist in making a small business set-aside decision for any subsequent acquisition.
Additional Notes
This is for planning purposes only; no solicitation is available at this time, and the Air Force does not intend to award a contract or pay for information submitted. Proprietary information should be avoided.