TELECOMMUNICATIONS SERVICES U.S. NAVAL AIR STATION SIGONELLA
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, through NAVSUP FLC SIGONELLA NAPLES OFFICE, is conducting a Request for Information (RFI) / Sources Sought to identify qualified and experienced sources for telecommunications services at U.S. Naval Air Station Sigonella, Italy. This market research aims to inform a potential Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The services encompass local exchange access, analog/digital/VoIP(SIP) access transport, and inter/intra-LATA interconnect functions. Responses are due by January 28, 2026, 1000 Central European Time.
Scope of Work
The Performance Work Statement (PWS) outlines requirements for providing comprehensive telecommunications services to Naval Computer and Telecommunications Station (NCTS) Sigonella, supporting U.S., NATO, and coalition forces in the AFRICOM, CENTCOM, and EUCOM areas of responsibility. Key services include:
- Design, engineering, operation, monitoring, maintenance, and project management for multiplexing equipment, fiber/copper transport, and PSTN/VoIP trunks.
- Management of approximately 20,000 Direct Inward Dialing (DID) numbers, provision of commercial subscriber lines, and exchange access trunks.
- Transport services for analog, digital, and VoIP lines, including various data rates up to OC-192.
- Installation, cutover, and maintenance of all required network and infrastructure, with defined service restoration timeframes based on outage severity.
- Contractor is responsible for obtaining all necessary licenses, authorizations, certifications (e.g., UNI EN ISO 9001, SOA, DURC), and insurance.
Contract & Timeline
- Opportunity Type: Sources Sought (for planning purposes only; not a solicitation)
- Anticipated Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Anticipated 5-year ordering period (June 30, 2026 - June 29, 2031), with an option for an additional six months.
- Place of Performance: U.S. Naval Air Station Sigonella, Italy.
- Set-Aside: None specified for this RFI; respondents should include business size and category in their submission.
- Response Due: January 28, 2026, 1000 Central European Time.
- Published: January 14, 2026.
Submission Requirements
Interested businesses should submit a capabilities statement, not exceeding two standard typewritten pages, addressing:
- Full business name, address, Point of Contact (POC), phone, and email.
- CAGE code, business size and category (Large, Small, 8(a), HubZone, etc.).
- Applicable GSA or SeaPort-e contract numbers, if available.
- A brief description of the ability to support the PWS requirements, with documentation of technical expertise and qualifications. Standard company brochures will not be reviewed. Technical questions may be submitted within the response. Responses must be emailed to benjamin.m.bethel.civ@us.navy.mil.
Additional Notes
- NAICS Code: 517311 (Size Standard: 1,500 Employees).
- PSC: DG11 (Telecom Access And Other Usage Billing Services).
- This RFI is a market research tool; respondents will not be notified of results, and information may change prior to an official solicitation. An ELIN Matrix is provided as an attachment to understand anticipated costs for future pricing.