Opportunity
SAM #N62649_2026_PMRF_Wireless
Wireless Telecommunications Services and Devices for Pacific Missile Range Facility (Guam & Hawaii)
Buyer
NAVSUP Fleet Logistics Center Yokosuka
Posted
April 03, 2026
Respond By
April 14, 2026
Identifier
N62649_2026_PMRF_Wireless
NAICS
517312, 517810, 517112
This opportunity seeks wireless telecommunications services and devices for the Pacific Missile Range Facility (PMRF), with requirements spanning both Guam and Hawaii locations. - Government Buyer: - U.S. Navy, Naval Supply Fleet Logistics Center Yokosuka (NAVSUP FLCY), Contract Specialist: Rafael Eladio Battung - Pacific Missile Range Facility DET WESTPAC - OEMs and Vendors: - No specific OEMs or vendors are named; wireless devices must be DISA approved and compatible with One Net VPN - Products and Services Requested: - Wireless telecommunications services for PMRF (base year, four option years, and a 6-month extension) - iOS smartphones (4 units) with wall charger, car charger, and non-ruggedized protective case (highest spec, DISA approved) - WiFi services (1 unit, highest spec, DISA approved) - Unlimited global long distance add-ons (4 units) - Unlimited local (Guam/CNMI) data hotspot service (1 unit) - E911 charges (4 units) - Unlimited local/CONUS data-only smartphone services roaming (4 units) - Unique or Notable Requirements: - All wireless devices must be DISA approved and compatible with One Net VPN - Small business set-aside, including HUBZone, SDVOSB, and WOSB categories - Services must support both Guam and Hawaii PMRF locations - Quantities are limited (1–4 units per device/service line) - Firm fixed-price contract structure - Period of Performance: - Base year plus four 12-month option years and a not-to-exceed 6-month extension (total up to 5 years, 6 months) - Place of Performance: - Pacific Missile Range Facility, Santa Rita, Guam - Pacific Missile Range Facility, Kekaha, Hawaii
Description
This is a combined synopsis/solicitation for a commercial services requirement prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document number is N6264926QH025.
The associated North American Industrial Classification System (NAICS) code for this procurement is 517112 - Wireless Telecommunications Carriers (except Satellite) and the small business size standard is 1,500 employees. The service code is DG11. The Government intends to award a firm-fixed-price (FFP) contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government (as determined by the solicitation evaluation criteria).
Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY) Site Marianas has a requirement for wireless services.
The base period of performance will start on 01 May 2026 through 30 April 2027. This requirement will have four option years and a 52.217-8 Not-to-Exceed 6-month option period.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023). FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021).
Offerors must complete annual representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.212-3. If paragraph (b)(2) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023).
The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation.
There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments.
The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions.
The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation.
The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.