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 / Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) is soliciting proposals for a POTS Replacement Solution at Naval Station Newport, RI. This is a Total Small Business Set-Aside for a Firm-Fixed Price contract. Quotes are due by February 24, 2026, 11:00 AM EST.
Scope of Work
The contractor shall provide a secure and reliable digital connection using LTE Cellular data to replace existing Plain Old Telephone Services (POTS) lines. The solution must interface with existing analog telephones, modems, and alarm systems. Key features include voicemail with transcription, call blocking, call back, call forward, 3-way calling, caller ID blocking, 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 for emergency personnel. The service will support approximately 54 separate buildings and 132 users, each requiring one line.
Technical Requirements
The solution requires dual LTE or 5G modems with carrier diversity. Alternative solutions including two SIMs from two different providers are permissible, as the Navy will not source FirstNet SIMs. The system must be VLAN capable, support voice encryption, and be compatible with analog fax devices (high-quality transmission/reception, store-and-forward, HIPAA compliant, end-to-end encryption). It must include battery backup for at least 8 hours usage and 24 hours standby, with audible/visible low-charge alerts. Compliance with HIPAA and FirstNet certification is required. A web-based portal for real-time monitoring and notifications is also necessary. The contractor is responsible for conducting a site survey, equipment installation, number porting, and obtaining all necessary approvals.
Contract Details
- Type: Firm-Fixed Price (RFQ)
- Period of Performance: April 1, 2026, to March 31, 2027
- Set-Aside: Total Small Business
- NAICS Code: 517111 (Size Standard: 1,500 employees)
- PSC Code: DG10
- Place of Performance: Naval Station Newport, RI
Submission & Evaluation
- Quotes Due: February 24, 2026, 11:00 AM EST
- Requests for Clarification Due: February 22, 2026, 11:00 AM EST (using the provided RFC template)
- Submission Method: Email to robert.p.joas.civ@us.navy.mil or kathryn.l.santos.civ@us.navy.mil
- Evaluation: Lowest Priced Technically Acceptable (LPTA), based on technical capability (meeting PWS requirements, technical requirements, acknowledging site survey, installation, and porting procedures) and price.
- Required Documents: White Paper/Company Letterhead Offer, Price Quote (using Annex C template), Technical Submission, and a completed FAR 52.212-3, Offeror Representations and Certifications – Commercial Items.
Amendments/Clarifications
- RFC-002 Response: Clarified that the Navy will not source FirstNet SIMs, but alternative solutions with two SIMs from different providers are allowed for carrier diversity.
- RFC-001 Response: Confirmed approximately 54 buildings and 132 users, each requiring one line, and provided specific address details for Site 62CC.