NEWPORT RI POTS REPLACEMENT SOLUTION
ID: N7027226N0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCTAMS LANTNORFOLK, VA, 23511-2784, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Computer & Telecommunications Master Station Atlantic (NCTAMS LANT), is seeking sources for a Plain Old Telephone Service (POTS) replacement solution at Naval Station Newport, Rhode Island. The objective is to transition approximately 131 users across 54 buildings from the existing POTS infrastructure to a secure digital connection utilizing LTE cellular data, with a target completion date before the cessation of Verizon's copper infrastructure on March 31, 2026. This procurement is critical for maintaining reliable telecommunication services and includes requirements for features such as voicemail, call blocking, and enhanced 911 services, while adhering to various security standards. Interested vendors are encouraged to respond by December 6, 2023, and should direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.

    Files
    Title
    Posted
    The document, N7027226N0007, titled "NEWPORT RI POTS SOLUTION," is a Request for Specification Clarification (RFC) related to a federal government Request for Proposal (RFP) or grant. It outlines a structured process for contractors to seek clarification on specific items or sections within the RFP's specifications. The form requires the contractor's name, the relevant specification item number, paragraph/section number, and title, followed by sections for the question and answer. This document is a critical component for ensuring that all prospective contractors have a clear and consistent understanding of the requirements, thereby facilitating fair and accurate proposal submissions. The repeated mention of "ATTACHMENT J - 8" suggests this RFC form is part of a larger set of attachments for the Newport, RI POTS (Plain Old Telephone Service) solution project.
    This Performance Work Statement (PWS) outlines a requirement for telecommunication vendors to provide a Voice Over Internet Protocol (VoIP) solution for Naval Air Station Key West, Florida, as of November 13, 2025. The Naval Computer & Telecommunications Master Station Atlantic (NCTAMS LANT) is seeking to transition 131 users across 54 buildings at NAVSTA Newport, Rhode Island, from the current Plain Old Telephone Service (POTS) to a secure and reliable digital connection using LTE Cellular data, with a strong recommendation for a “POTS in the Box” telephony service. The existing Verizon-owned copper infrastructure will cease to exist by March 31, 2026. Vendors are required to conduct a site survey, develop a solution leveraging existing government-furnished Inside Plant (ISP) cabling where possible, and provide a report detailing one-time and recurring costs, along with an implementation timeline. The proposed solution must be modular, scalable, and capable of supporting essential features like voicemail, call blocking, and enhanced 911 services, adhering to various national and international standards.
    Naval Station Newport's Plain Old Telephone Service (POTS) is being replaced with a secure, reliable digital connection using LTE Cellular data from leading carriers. NCTAMS LANT seeks telecommunication vendors to provide a “POTS in the Box” solution for approximately 131 users across 54 buildings by March 31, 2026, when Verizon's copper infrastructure ceases. Vendors should propose solutions for transitioning from existing POTS infrastructure, including estimated one-time and recurring costs, and a timeline. The contract could be for one year or a base period with up to four option periods, plus a potential six-month extension. Small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) Small Businesses, are encouraged to respond. The NAICS code is 517111. Responses, due by December 3, 2025, at 1:00 PM EST, require a company profile and details on partnerships, if any.
    The Newport RI POTS Solution RFP clarifies requirements for transitioning Plain Old Telephone Service (POTS) to a POTS Replacement Service using secure digital connections at Naval Station Newport. The project aims to provide telephony service to 132 users across 54 buildings. The RFP specifies that 5G cellular data is acceptable in addition to LTE, and any carrier can provide the service if the signal is strong and reliable. The security requirements include Class 5 Switch, VLAN capability with voice encryption, and certifications for fire/security alarms, RoHS, PCI, HIPAA, and FirstNet. Traffic must not traverse the internet. Service availability mandates dual LTE modems with carrier diversity and 99.9% monthly uptime, providing sufficient bandwidth for analog voice, fax, and modems. Digital Signal 0 (DS0) is used for transmitting digital voice data at 64 Kbps.
    The document, RFC 002 for the N7027226N0007 NEWPORT RI POTS SOLUTION, addresses clarification questions regarding a Request for Proposal (RFP) for Plain Old Telephone Service (POTS) solutions. It clarifies that vendor bills and Customer Service Records will not be shared, instead outlining specific POTS services required: voicemail with transcription, call blocking, call back, call forward, 3-way calling, block caller ID, local, long distance, toll-free, international calling, e911 compliance (Kari’s Law and Ray Baum’s Act), 988 services, and station tracing. The document also states that only a standard 64kbps per modem and fax is provided, with no specific modem or fax machine models available. Finally, it clarifies that Avaya Communications Manager (CM6) controls user voice features internally, not Granite Telecommunications, which provides external service over Verizon cabling.
    The document,
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for Voice Over Internet Protocol (VOIP) Support Services, with a focus on Women-Owned Small Businesses (WOSB). The procurement aims to provide comprehensive engineering support for the Cisco Call Manager system, including configuration, implementation, and integration into existing network infrastructures at various NSWCCD locations. This contract will be structured as a firm-fixed-price purchase order, encompassing a base year and four option years, with quotes due by 11:00 AM on December 19, 2025. Interested parties are encouraged to attend a site visit scheduled for December 9, 2025, in Bethesda, Maryland, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Wireless Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    58--TELEPHONE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of telephone apparatuses under the contract titled "58--TELEPHONE, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide firm-fixed prices for the repair of specified items, adhering to strict turnaround times and quality assurance standards, including compliance with MIL-STD packaging and Government Source Inspection. This contract is critical for maintaining operational readiness and functionality of communication systems within the Navy. Interested contractors must submit their quotes electronically to the primary contact, Jordan D. Burt, at jordan.d.burt.civ@us.navy.mil, with a deadline for submissions to be determined upon solicitation release.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    HANDSET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of handsets under a fixed-price contract. The primary objective is to manufacture and design handsets that meet specific technical requirements, including compliance with standards set by L3Harris Technologies, Inc., and adherence to quality assurance protocols. These handsets are critical for communication systems within the Navy, ensuring operational effectiveness and reliability. Interested vendors should note that the solicitation includes a total small business set-aside and requires submission of quotes within 90 days of the closing date. For further inquiries, potential bidders can contact Zackary Loudon at 564-230-3811 or via email at ZACKARY.G.LOUDON.CIV@US.NAVY.MIL.
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    58--TELEPHONE SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 77 units of the Telephone Set (NSN 5805005211320) and 1 additional unit, with specific delivery timelines. The goods are essential for communication purposes within military operations, highlighting their importance in maintaining effective coordination and response capabilities. Interested vendors are encouraged to submit their quotes electronically, with the first delivery due within 153 days and the second within 30 days of the order. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Valkyrie Enterprises, LLC (Cage 4TGX1) LTC Renewal
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole source contract for the LTC renewal of multiple National Item Identification Numbers (NIINs) from Valkyrie Enterprises, LLC (Cage 4TGX1). This procurement is critical as Valkyrie Enterprises is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for the specified repair parts, which are essential for maintaining operational readiness. The solicitation emphasizes that all responsible sources may submit a capability statement or proposal, although the government intends to award the contract to the approved source without delay for new approvals. Interested parties must submit their qualifications via email to Patrick Horan at patrick.j.horan23.civ@us.navy.mil within 45 days of the publication date of this notice.