Openscape
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 502d Contracting Squadron intends to award a Firm Fixed-Price purchase order on a sole source basis to Mainstream IP Solutions for the upgrade of the voice dispatch system at JBSA Ft Sam Houston, TX. This requirement involves transitioning from a Siemens brand system to Mitel's Unify Openscape Voice dispatch system, linking it with an existing system at JBSA Lackland, TX.
Purpose & Scope
The primary purpose is to replace an aging and unreliable telecom dispatch system. The scope includes:
- Disassembly and removal of existing equipment.
- Design, configuration, provision of drawings, equipment, tools, labor, and supplies.
- Installation and successful connection of the Unify Openscape Voice system at JBSA Ft Sam Houston, TX.
- Ensuring joint connectivity into AFNET across JBSA, TX, and maintaining compliance with AFMAN 10-207.
Contract Details
- Type: Firm Fixed-Price Purchase Order (Sole Source)
- Awardee: Mainstream IP Solutions
- Authority: 6.103-1 (Only one responsible source and no other supplies or services will satisfy agency requirements), specifically 10 USC 3204(a)(1).
- Context: This is a follow-on to similar work performed by the same vendor at JBSA Lackland, TX.
- Contractor Requirements: Must be Mitel-Unify qualified, authorized to resell, provide, install, and support the Unify Openscape Voice system on the AFNET, and provide JITC connectivity.
- Socio-Economic Status (Vendor): Small Business (as noted in the Justification and Approval document).
Submission & Evaluation
This is a notice of intent to award a sole source contract; it is not a request for competitive proposals, and no solicitation document will be issued. Price reasonableness will be determined based on actions taken when only one quote is received, utilizing FAR Part 12 procedures.
Action for Other Vendors
Vendors interested in future requirements that involve disassembly, removal, procurement, and installation of other communications systems may offer their business name, CAGE code, and point of contact. The government will continue to monitor market changes and evaluate other vendors' capabilities to preclude future single-source awards.
Key Dates
- Notice Published: February 24, 2026
- Response Date (for comments on sole source intent): February 27, 2026, 3:00 PM EST