NCTAMS LANT Telecommunication Support Services- Only Seeking RFP Responses from current Seaport NxG Contract Holders
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's NAVSUP Fleet Logistics Center Norfolk is soliciting proposals for Telecommunication Support Services for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). This is a Firm-Fixed Price (FFP) task order for corrective and preventive maintenance of Navy-owned Avaya and Nortel telephone switching platforms and associated equipment. Proposals are due May 26, 2026, at 10:00 AM local time. This opportunity is a Total Small Business Set-Aside and is only open to current Seaport NxG Contract Holders.
Scope of Work
The contractor will provide all management, supervision, labor, materials, equipment, tools, and vehicles for telecommunications corrective and preventive maintenance. This includes support for Avaya and Nortel telephone switching platforms, switch remote units, and adjunct equipment (Voice Mail and Administrative Switch Maintenance Terminal) at NCTAMS LANT and DET Cutler Base Communication Office (BCO) locations. Services are required during peacetime, exercise, natural disaster, and conflict. Specific Voice Mail support is needed for three NCTAMS LANT sites in Florida (Jacksonville/Mayport/Kings Bay).
Contract Details & Timeline
- Contract Type: Firm-Fixed Price (FFP) Task Order
- Duration: One (1) base year, four (4) 12-month option periods, plus a six-month extension option (FAR 52.217-8).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due: May 26, 2026, 10:00 AM local time
- Published Date: April 22, 2026
Eligibility & Evaluation
This solicitation is only open to current Seaport NxG Contract Holders. Proposals will be evaluated based on four factors, with Non-Price factors being significantly more important than Price:
- Factor I: Certifications (Acceptable/Unacceptable)
- Factor II: Technical Approach (Performance and Management Approach, Staffing Approach - weighed equally)
- Factor III: Past Performance (Recency, Relevancy, and Quality)
- Factor IV: Price The government intends to award based on initial proposals but reserves the right to conduct exchanges.
Key Requirements & Deliverables
Offerors must provide telecommunications technician support for Hampton Roads, Northeast, and Southeast regions. Key requirements include:
- Personnel: Qualified, technically certified on Avaya/Nortel products, Navy Cybersecurity Workforce (CWF) qualified, U.S. citizenship, English fluent.
- Certifications: Contractor must be an accredited "Avaya Authorized Diamond or Sapphire Partner" with technical certifications on Avaya/Nortel products.
- Security: Compliance with HSPD-12, DBIDS, PIV, CAC standards, and background investigations.
- Technical Service Center (TSC): 24/7/365 remote monitoring, troubleshooting, and diagnostics.
- Performance Standards: Maintain 99.9% availability for maintenance and repair services, detailed in the Quality Assurance Surveillance Plan (QASP).
- Deliverables: Various technical reports, schedules, and databases as specified in the Contract Data Requirements List (CDRL), including switch platform reports, preventive maintenance schedules, and equipment databases.
- Reporting: Semi-annual reports on service tickets and system alarms, quarterly routine preventive maintenance.
- Spare Parts: Maintain inventory of spare parts and tools.
Place of Performance
Services will be performed at U.S. Navy activities within the NCTAMS LANT Area of Responsibility (AOR) and at contractor/subcontractor facilities, including specific locations detailed in Attachments 3 and 4. The primary location is Norfolk, VA.
Submission Details
Proposals must be submitted electronically in four volumes (Certification, Technical Approach, Past Performance, and Price) to Bridgette Walton and Amber Geusic. Page limitations apply.