NCTAMS LANT Telecommunications Support 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is issuing a Request for Information (RFI) for Telecommunications Support Services at Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). This RFI seeks qualified sources for planning purposes to derive a future contract vehicle for corrective and preventive maintenance of Avaya and Nortel telephone switching platforms. Responses are due by 11:00 AM ET on 10 February 2026.
Scope of Work
The anticipated services involve providing corrective and preventive maintenance for Navy-owned Avaya and Nortel telephone switching platforms, switch remote units, and adjunct equipment (including Voice Mail and Administrative Switch Maintenance Terminal). Support is required during peacetime, exercise, natural disaster, and conflict at NCTAMS LANT and DET Cutler Base Communication Office (BCO) locations. The contractor will be responsible for management, supervision, labor, materials, equipment, tools, and vehicles. Contractor personnel must be qualified, technically certified on Avaya/Nortel products, meet Navy Cybersecurity Workforce (CWF) requirements, and be U.S. citizens with appropriate security clearances (Non-Critical Sensitive, IT Level II).
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (for planning a future procurement)
- NAICS: 541330 - Engineering Services
- Duration: Anticipated 12-month base period with four (4) 12-month option periods, plus a potential six (6) month extension under FAR Clause 52.217-8.
- Set-Aside: None specified (market research stage)
- Response Due: 11:00 AM ET on 10 February 2026
- Published: 04 February 2026
RFI Submission Requirements
Interested parties shall email responses to Bridgette Walton (Bridgette.d.walton.civ@us.navy.mil) and Amber Geusic (amber.m.geusic.civ@us.navy.mil). Submissions must reference the RFI and include:
- Company name, address, Point of Contact, phone, and email.
- CAGE Code and Unique Entity ID.
- Business size and socio-economic designations (e.g., 8(a), HubZone, Woman-Owned Small Business).
- Capability statement demonstrating aptitude to provide services as described in the draft PWS.
- Confirmation that work will be performed at NCTAMS LANT.
- Supporting documentation and existing contracting vehicles (e.g., GSA, Seaport-NXG). Submissions are limited to four (4) typewritten pages (12-font minimum); standard company brochures will not be reviewed.
Important Notes
This RFI is for information purposes only and does not constitute a solicitation for proposals or a commitment by the U.S. Government. The Government will not pay for information submitted, nor is it required to answer questions or notify respondents of results. The attached draft PWS is subject to revision.