Opportunity
SAM #N0018926QL050
Navy Sole Source Bridge Contract for Integrated Voice and Data Telecommunications at NAS Key West
NAVSUP FLC Norfolk
March 24, 2026
April 01, 2026
N0018926QL050
517111, 517311, 517810
This opportunity involves the U.S. Navy's procurement of integrated, switched voice and data telecommunications services for Naval Air Station (NAS) Key West, FL, and its annexes: - Government Buyer: - Department of the Navy, Naval Supply Systems Command (NAVSUP), Fleet Logistics Center Norfolk, and NCTAMS LANT - OEMs and Vendors: - Primary OEM: BellSouth Telecommunications, LLC, dba AT&T - Products/Services Requested: - Integrated, switched voice and data telecommunications services via Central Office based dial tone facilities - IP-based phone system supporting approximately 1,253 core users at NAS Key West and 747 users at Joint Interagency Task Force (JIATF) South - Analog, digital, and T1/DS1 circuit services - Reserved telephone numbers in the 305-293 exchange (up to 2,000 numbers) - Hosted voicemail, call detail reporting, call management features (divert, forward, hold, transfer, conference, trace, outbound call blocking) - System administration, engineering, installation, testing, and transition support - Unique or Notable Requirements: - Compliance with DoD Unified Communications Requirements (UCR), Security Technical Implementation Guides (STIG), and JITC certification - Management of reserved telephone numbers and uninterrupted service during transition - Detailed usage billing and reporting - Support for VoIP migration and phase-out of legacy analog Centrex services - Separate pricing and service line items for JIATF South - Period of Performance: - Base period of 8 months, with a 4-month option period (total up to 12 months) - Place of Performance: - NAS Key West, FL, including Trumbo Point, Boca Chica, Sigsbee, Branch Health Clinic, Truman Annex, and JIATF South
Description
This is a Sole Source bridge contract to provide commercially available integrated, switched voice and data telecommunications services via Central Office based dial tone facilities to Naval Air Station (NAS) Key West, FL and surrounding areas.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR
Part 12- Acquisition of Commercial Products and Commercial Services, and supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement will be a direct award to AT&T, per FAR 6.302-1.
The solicitation number is N0018926QL050 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05(effective 05/22/2024) and DFARS Change 05/30/2024 (effective 30 May 2024). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars
The associated North American Industrial Classification System (NAICS) code for this procurement is 517111 with a small business size standard of 1500. The proposed contract action is for services for which the Government intends to solicit and award a Firm, Fixed Price contract.
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing required services.
CLINs are:
CLIN #
CLIN
Description
Quantity
Unit of Issue
0001
Base Year
Provide commercially available integrated, switched voice and data telecommunications services via Central Office based dial tone facilities to Naval Air Station (NAS) Key West, FL and surrounding areas
8
Months
0002
Base Year
JIATF Only
8
Months
1001
Option I
Provide commercially available integrated, switched voice and data telecommunications services via Central Office based dial tone facilities to Naval Air Station (NAS) Key West, FL and surrounding areas
4
Months
1002
Option I
JIATF
4
Months
Performance Period:
Base: 01 June 2026 – 31 January 2027
Option 1: 01 February 2027 – 31 May 2027
Please Review the following applicable attachments:
Attachment I – Performance Work Statement
Attachment II – Clauses and Provisions
Attachment III- Justification for Sole Source
This announcement will close on Wednesday, 1 April, 1:00 PM Eastern time. Responses should be submitted via email to James Keegan at james.p.keegan7.civ@us.navy.mil and Samatha Ballance at samantha.a.ballance.civ@us.navy.mil. All responsible sources may submit a quote along with the required completed CLIN Pricing Information NO LATER THAN the RFQ closing date. Oral communications are not acceptable in response to this notice.