Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this
announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center
(NAVSUP) Fleet Logistics Center (FLC) Norfolks intent of this announcement is to identify qualified and
experienced sources for a contract vehicle that will provide transition support services to transition Defense Switch
Network Primary Rate Interface Networking legacy circuit telephone switches to more advanced and commercial
standard commercial Voice over IP (VoIP) practices, as required by Commander, Naval Information Forces
(NAVIFOR).
This is not a solicitation announcement for proposals and no contract will be awarded from this
announcement. This announcement is not to be construed in any way as a commitment by the Government,
nor will the Government pay for the information submitted in response.
Description of Requirement
NAVIFOR is the U.S. Navy Type Command (TYCOM) for Naval Computer and Telecommunications Area Master
Station Atlantic (NCTAMS LANT) and Naval Computers and Telecommunications Area Master Station Pacific
(NCTAMS PAC) activities. This telecommunications transition is being considered for 11 different regional
CENTREX telecommunications sites (a full list of sites and user numbers is attached). These sites are currently
operating under the following contracts:
-- Philadelphia/Mechanicsburg regions: N0018922D0020.
--Bremerton/Bangor region
-- Great Lakes region: N0018921D0002.
-- Hampton Roads Region: NAVSTA Norfolk/JEB Little Creek: N0018922D0025.
-- Key West Region: GS04T13BFD1604
The ultimate goal of this transition is to integrate telephony into a full internet, streaming based platform for audio
and video. Uncertainty lies with respect to how commercial industry can integrate these various locations, including
approach, potential scope considerations, and available advancements that could be considered for this transition.
Contractors may offer an overhaul to the analog lines at these current sites, transitioning support to computing
applications and high-speed streaming infrastructures, such as 5G and edge computing networks. Timeline
considerations are also important in understanding installation challenges, and phases of available roll-out and
operational effectiveness at each of the sites.
Industry Day
NAVSUP FLC Norfolk is sponsoring an unclassified Pre-Solicitation Conference (Industry Day) conducted by
NAVSUP FLC for a contract vehicle that will provide transition of Defense Switch Network Primary Rate Interface
Networking legacy circuit telephone switches to more advanced and commercial standard commercial Voice over IP
(VoIP) practices. The purpose of the event is to inform industry of program requirements, anticipated acquisition
strategy, competition timeline, and to provide a networking opportunity.
The conference will be held on 1 March 2023 at 115 Lake View Parkway Suffolk, VA 23435 from 8:30 AM to
approximately 12:30 PM. Doors will open at 8:00 AM ET to allow for arrival and registration. Each company will
be limited to two (2) attendees due to space constraints.
To attend the industry day, vendors must register by emailing William Spencer at
william.p.Spencer.civ@us.navy.mil no later than 10:00 AM ET 10 February 2023 to provide attendee
information required in Attachment III Attendee Visit Request. Each company shall register no more than two
(2) employees.
Anticipated NAICS Code
The NAICS Code for this requirement is 517111, Wired Telecommunications Carriers, and the Small Business
Size Standard is 1,500 employees.
Anticipated Period of Performance
The period of performance for this requirement is anticipated to transition from Time Division Multiplexing (TDM)
technology to Internet Protocol (IP) no later than 30 September 2024.
Capability Statements:
Submissions are not to exceed ten (10) typewritten pages in no less than 10 point font. Contractors response shall
include the following information:
Reponses to this Sources Sought request shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Contractor and Government Entity (CAGE) Code.
3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned
and/or Veteran-owned.
If the services can be solicited from a GSA schedule, provide the GSA contract number.
If the services can be solicited from SeaPort-NxG, please provide the contract number.
4. DCAA/DCMA Point of Contact. 6.
7. Capability statement displaying the contractors ability to meet the Governments requirement.
8. Relevant Past performance information on the same/similar work within the last 5 years. Please also include
in past performance information the contract numbers, dollar value, and period of performance for each
contract referenced in the response to this sources sought.
9. Statement indicating whether the company plans to be the prime or a subcontractor in support of this effort.
10. Technical questions, inquiries, and suggestions; and
11. Any other supporting documentation.
The capabilities statement must be presented in sufficient detail for the Government to determine that the company
possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company
brochures will not be reviewed.
Reponses to this Sources Sought request should reference N00189FY23VOIP2 and shall be submitted
electronically to William Spencer at William.p.Spencer.civ@us.navy.mil Phone: (757) 443-2092 by 10:00 AM
EST 10 February 2023
NOTE: Proprietary information should be clearly marked. The requested information is for planning and market
research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents
will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated
and/or may change prior to an official synopsis/solicitation, if any.
Attachments List:
Attachment I Request for Information
Attachment II Sample Performance Work Statement
Attachment III Attendee Visit Request
Show All