ContractSolicitation

LEC SERVICES CORPUS AND KINGSVILLE TEXAS

DEPT OF DEFENSE N7027226Q0014
Response Deadline
Mar 23, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Naval Computer and Telecommunications Area Master Station Atlantic, is soliciting proposals for Local Exchange Services (LES) at Naval Air Station (NAS) Corpus Christi and NAS Kingsville, Texas. The procurement aims to provide commercial network services, including voice, data, and image transmission, while modernizing telecommunications infrastructure to IP-based solutions and ensuring compliance with security standards. This contract is crucial for maintaining mission-critical communications and will be awarded as a Firm-Fixed Price contract for the period from April 1, 2026, to March 31, 2027. Interested contractors must submit their quotes by March 23, 2026, at 11 AM EST, and can direct inquiries to Robert Joas or Kathryn Santos via email.

Classification Codes

NAICS Code
517111
Wired Telecommunications Carriers
PSC Code
DG11
IT and Telecom - Network: Satellite Communications and Telecom Access Services

Solicitation Documents

5 Files
26Q0014 RFQ.docx
Word74 KBMar 17, 2026
AI Summary
This document is a combined synopsis/solicitation for commercial items issued as a Request for Quotes (RFQ) by the Naval Computer and Telecommunications Area Master Station, Atlantic. The solicitation number is N7027226Q0014, with NAICS code 517111 and PSC code DG11. It is not set aside for small businesses. The government intends to award a Firm-Fixed Price contract. Offers are due by March 23, 2026, at 11 AM EST and should be emailed to Robert Joas and Kathryn Santos. Quotes will be evaluated based on technical capability and price, with award going to the lowest-priced technically acceptable offeror. Extensive clauses related to federal acquisition regulations, including those concerning contractor employee access to federal facilities, IT systems, and controlled unclassified information, as well as various socioeconomic and labor standards, are incorporated. Specific requirements for contractor personnel, such as background investigations, CAC credentials, and mandatory training (e.g., Antiterrorism, OPSEC, Cyber Awareness), are detailed. The document also outlines electronic payment instructions via the Wide Area WorkFlow (WAWF) system.
26Q0014 ANNEX A PWS.docx
Word89 KBMar 17, 2026
AI Summary
This Performance Work Statement outlines the requirements for Local Exchange Services (LES) at Naval Air Station (NAS) Corpus Christi and NAS Kingsville, Texas. The Navy seeks contractors to provide commercial network services, including voice, data, and image transmission, interfacing with the Public Switch Telephone Network (PSTN) and the Navy’s Avaya CS1000M PBX systems. The scope includes modernizing telecommunications infrastructure to IP-based solutions, upgrading network components, and ensuring compliance with Security Technical Implementation Guides (STIGs). Key personnel requirements include Avaya-certified PBX technicians, BICSI-certified installers, and cybersecurity specialists with CompTIA Security+ CE. The contract period is April 1, 2026, to March 31, 2027, with standard operational hours. Stringent quality control, safety protocols, and comprehensive personnel security vetting, including Tier 3 background investigations, are mandated to ensure uninterrupted mission-critical communications.
26Q0014 ANNEX B EVAL FACTORS.docx
Word26 KBMar 17, 2026
AI Summary
The document N7027226Q0014 ANNEX B outlines the proposal evaluation factors for a federal government Request for Quotation (RFQ) related to technical requirements for telecommunications infrastructure. Key evaluation areas include Technical Expertise and Personnel Qualifications, specifically requiring a minimum of two Level III PBX Technicians with active Avaya Certified Support Specialist (ACSS) credentials and BICSI certifications for fiber/copper upgrades. The proposal will also be assessed on Infrastructure & Equipment's adherence to Navy standards for simultaneous voice, data, and image transmission, and high Reliability & Emergency Services with guaranteed E911 accessibility. Management Capability and Key Personnel, Corporate Experience, Infrastructure Modernization, and Security Compliance are also crucial. Offerors must ensure compliance with all solicitation requirements, including service level agreements, security standards like STIGs, and personnel security requirements such as U.S. citizenship and favorable Tier 3 background investigations.
26Q0014 ANNEX C PRICE BREAKDOWN.xlsx
Excel24 KBMar 17, 2026
AI Summary
The document, titled 'PRICE DETAILS WITH OPTIONS CUI,' outlines base pricing for various services and fees over a performance period from April 1, 2026, to March 31, 2027. It includes detailed line items for federal universal service fees, federal subscriber line charges, municipal right-of-way fees, 911 fees, and federal end-user port charges across multiple locations, including Cabaniss Field, Waldron Field, NAS in Corpus Christi, TX, and NALF 2939 CR 220 Orange Grove, TX. While the pricing structure is detailed with quantities and descriptions, all monetary values for both the base pricing and procurement totals are listed as $0.00, indicating that this document serves as a template or a preliminary draft where specific costs are yet to be entered or have been intentionally omitted for this version. The file emphasizes that summary data is autopopulated and should not be edited.
26Q0014 BNLS_Redacted.pdf
PDF253 KBMar 17, 2026
AI Summary
This memorandum outlines the justification for using other than full and open competition for acquisitions under the simplified acquisition threshold, as per FAR 13.106-1(b)(1)(i) and 13.106-3(b)(3)(i). It requires a detailed description of the item or service, including delivery dates and intended use, and a list of available sources. The determination for limited competition can be based on several factors: proprietary rights, exclusive licensing agreements (requiring identification of the OEM and distributors), critical equipment (where failure poses significant hazards), standardization/brand-name requirements, or form, fit, and function compatibility for direct replacement parts. The document necessitates certifications and approvals from technical and requirement personnel, ensuring accuracy and completeness of the justification. This process is crucial for federal government RFPs to ensure compliance when soliciting from a single source.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 17, 2026
deadlineResponse DeadlineMar 23, 2026
expiryArchive DateApr 7, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NCTAMS LANT

Point of Contact

Official Sources