KINGSVILLE TEXAS ROTHR
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, Naval Computer and Telecommunications Area Master Station, Atlantic (NCTAMS LANT), has issued a Request for Quotes (RFQ) for Relocatable Over-the-Horizon Radar (ROTHR) Service Continuation in Kingsville, Texas. This solicitation seeks commercial services for leasing local exchange access to support voice, data, and image transmission at the Naval Air Station Kingsville (NASKV) outer lying remote site (FSSC ROTHR Premont). While an RFQ has been issued, the government has also published a justification for other than full and open competition, indicating an intent to solicit only one source, Frontier Communications, due to proprietary rights and critical safety concerns. Quotes are due by March 19, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide commercial subscriber access lines for two-way service, interfacing with the Navy's Demarc at the remote site buildings. Key services include:
- Leasing commercial subscriber access lines, including Enterprise Infrastructure Solutions (EIS) and Government Emergency Telephone Service (GETS).
- Facility setup, configuration, and installation at remote sites, including Point of Presence (POP) setup.
- Maintenance of current analog commercial subscriber lines and provision of Emergency 911 (E911) services.
- 24/7 network assistance, support, operation, and maintenance, with specific response and repair times for catastrophic, major, and minor outages.
- Maintenance of existing toll-free services and provision of at least one traffic study per year.
- Billing for all services on a single monthly invoice. Personnel must have at least 5 years of telecommunications experience and comply with ITU and ANSI standards.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Period of Performance: A Base Period from March 28, 2026, to March 27, 2027, followed by four one-year Option Periods, and an additional 6-month extension option (FAR 52.217-8).
- Place of Performance: Naval Air Station Kingsville, TX (FSSC ROTHR Premont).
- Set-Aside: This procurement is not set-aside for small businesses.
Submission & Evaluation
- Submission Deadline: March 19, 2026, 11:00 AM EST.
- Submission Method: Quotes must be emailed to robert.p.joas.civ@us.navy.mil and kathryn.l.santos.civ@us.navy.mil.
- Quote Content: Must include a white paper/company letterhead offer, a detailed price quote (items, unit prices, extended prices, total FFP, discount terms, estimated delivery), and technical submission requirements. Offerors must also include a completed FAR 52.212-3.
- Evaluation Factors: Proposals will be evaluated based on technical capability and price. Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Specific technical evaluation factors include:
- Technical Approach for PSTN interface and subscriber lines.
- Infrastructure & Equipment meeting Navy standards.
- Reliability, E911/311 accessibility, and Quality of Service.
- Management Capability, Key Personnel qualifications, and Corporate/Relevant Experience.
- Compliance with all solicitation requirements, including personnel security (Tier 3 background investigations) and BICSI-validated Level II Installers for fiber/copper upgrades.
- Past Performance: May be evaluated using PPIRS or submitted information.
Important Context: Sole-Source Justification
A separate document justifies the use of other than full and open competition, stating the government's intent to solicit only Frontier Communications. This is due to Frontier's proprietary rights to the current ROTHR transmitter towers and associated infrastructure. Procuring services from other carriers would necessitate significant infrastructure changes and costs, posing a critical threat to aircraft safety and personnel life, and is deemed not in the government's best interest. Potential bidders should be aware of this justification when considering their response.
Contact Information
- Primary: Robert Joas (robert.p.joas.civ@us.navy.mil, 757-400-9433)
- Secondary: Kathryn L Santos (kathryn.l.santos.civ@us.navy.mil, 904-542-6931)