NEWPORT RI POTS REPLACEMENT SOLUTION
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, NCTAMS LANT, is soliciting proposals for a POTS Replacement Solution at Naval Station Newport, RI. This Total Small Business Set-Aside opportunity seeks to replace existing Plain Old Telephone Services with a secure, reliable digital connection using LTE Cellular data. Proposals are due February 27, 2027, at 11:00 AM EST.
Scope of Work
The contractor shall provide a digital connection solution that interfaces with existing analog telephones, modems, and alarm systems across approximately 54 buildings and 132 users, each requiring one line and telephone number. Key features include voicemail with transcription, call blocking, call forward, 3-way calling, caller ID, local/long distance/toll-free/international calling, Enhanced 911 (e911) compliant with Kari's Law and Ray Baum's Act, 988 services, and station tracing.
The solution must incorporate dual LTE or 5G modems with carrier diversity, be VLAN capable, support voice encryption, and offer HIPAA-compliant fax capability with end-to-end encryption. A battery backup providing at least 8 hours of usage and 24 hours of standby power is required. The system must be FirstNet certified or offer an equivalent dual-SIM solution from two different providers. A web-based portal for real-time monitoring and notifications is also mandatory.
Special requirements include conducting a site survey post-award, equipment installation, number porting, obtaining necessary approvals, providing detailed invoices, and furnishing all materials and equipment.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: April 1, 2026, to March 31, 2027
- Set-Aside: Total Small Business Set-Aside (NAICS: 517111, Size Standard: 1,500)
- Proposal Due: February 27, 2027, 11:00 AM EST
- Published: February 25, 2026
Evaluation
Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Evaluation factors include technical capability (meeting PWS requirements, acknowledging site survey, installation, and porting procedures) and price reasonableness. Past performance will also be considered using PPIRS.
Key Clarifications & Submission
Offerors must submit a White Paper/Company Letterhead Offer, a Price Quote (using ANNEX C template), a Technical Submission (addressing ANNEX B factors), and a completed FAR 52.212-3. Proposals should be emailed to robert.p.joas.civ@us.navy.mil or kathryn.l.santos.civ@us.navy.mil.
Recent clarifications confirm that the Navy will not source FirstNet SIMs, but a solution with two SIMs from two different providers is acceptable. There will be no "surge CLIN" for unknown costs, as the contract is firm-fixed price; however, a "conditions found report" may be considered for changes if specifics were missed. Security requirements for site access are detailed in the solicitation.