CISCO IP Phone Brand Name Combo Solicitation
ID: F2QF634235AW03Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the 633d Contracting Squadron at Langley Air Force Base, Virginia, is seeking qualified small businesses to provide 100 CISCO IP Phone 8851NR units as part of a total small business set-aside procurement. This acquisition aims to equip members of A3/2/6K with essential voice-over-IP capabilities following the renovation of Building 671, where current telephony devices are lacking. The procurement is critical for maintaining secure communication standards within the Air Combat Command's operational framework, as the CISCO brand is already integrated into the existing communication infrastructure. Interested vendors must submit their quotes by April 13, 2020, and ensure compliance with federal regulations, including registration with the System for Award Management (SAM). For further inquiries, potential bidders can contact SRA Connor Peppard at connor.peppard@us.af.mil or TSgt Mark Mayle at mark.mayle.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation for commercial items issued by the 633d Contracting Squadron at Langley AFB, VA, seeking qualified sources to provide new items as outlined in the attached Statement of Work (SOW). The request is set aside for small businesses, and responses must be submitted by April 13, 2020. The required delivery date is September 27, 2024. Vendors must be registered with the System for Award Management (SAM) and provide both a technical capability statement and a price breakdown to demonstrate technical acceptability and price reasonableness. Quotes must include specific information such as pricing, point of contact, business size, and a CAGE Code, and they should be sent in electronic formats like Word or PDF. The document outlines important contract terms, applicable provisions, and clauses, emphasizing compliance with federal regulations and the necessity for vendors to meet various legal requirements. Overall, this solicitation emphasizes the importance of new equipment procurement while ensuring that all vendors adhere to specified guidelines and standards for government contracting.
    The Limited Sources Justification and Approval (J&A) document pertains to the purchase of Cisco IP Phone 885 units for Joint Base Langley-Eustis, Virginia, under the contracting activity of 633 CONS/PKA. The estimated cost for this procurement, categorized as a bridge action, is $39,246. The unique requirement for Cisco equipment is due to its existing deployment in the base's communication infrastructure, necessitating compatibility for secure operations. The document outlines justifications for limiting the procurement to a single source based on the brand's critical role in ensuring interoperability and meeting security standards set forth by the Special Security Office. A market survey yielded six competitive quotes, with the lowest from FCN Inc., confirming that the purchase would represent the best value consistent with federal guidelines. The J&A emphasizes the importance of using recognized brand-name products to maintain communication standards and addresses the lack of potential actions to remove barriers for future acquisitions. Overall, the document represents a thorough assessment of the needs and obligations of the contract, reaffirming compliance with acquisition regulations.
    The document outlines a government procurement requirement for the purchase of 100 VoIP Phones, specifically CISCO SYSTEMS IP PHONE 8851NR, for Building 671 at Langley Air Force Base, Virginia. The objective is to equip members of A3/2/6K with the necessary phone capabilities following the building's renovation, as the current facility lacks any telephony devices at each desk. The acquisition is constrained to acquiring these phones through GSA Advantage to ensure compliance with procurement regulations. The overall initiative aligns with the Air Combat Command's campus utilization strategy, which mandates improvements to support operational needs. This procurement highlights the ongoing modernization efforts within federal facilities to enhance communication capabilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Field Assistance Service (FAS) has a requirement for a CISCO Catalyst 8300 Router (Gateway Server)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a CISCO Catalyst 8300 Router to fulfill a requirement for the Field Assistance Service (FAS) Program Management Office. This procurement aims to replace an outdated Automated Call Distribution (ACD) Gateway Server that is no longer approved for use and has reached its End of Life, ensuring compliance with Joint Interoperability Test, Evaluation, and Certification (JITIC) standards. The new router is critical for supporting approximately 80 helpdesk calls annually related to Air Force and Department of Defense combat software systems, highlighting the importance of reliable communication infrastructure. Interested vendors, particularly those certified as Women-Owned Small Businesses, must submit their quotes by September 20, 2024, with delivery required by September 30, 2024; for further inquiries, contact Dione A. Davis at dione.davis@us.af.mil or Adam T. Golden at adam.golden.1@us.af.mil.
    VOIP Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VOIP training contract focused on Cisco Unified Call Manager (CUCM) at Eielson Air Force Base in Alaska. The training aims to equip ten government technicians with the necessary skills to administer and maintain the CUCM VoIP enclave, ensuring they are prepared for Cisco certification testing. This initiative is crucial for enhancing operational readiness and minimizing downtime in voice communications systems. The contract, valued at $16,000,000, is set to commence from October 1, 2024, to October 14, 2024, with quotes due by 10:00 AM AKST on September 24, 2024. Interested parties can direct inquiries to James Cameron at james.cameron.15@us.af.mil or Nicholas Johnson at nicholas.johnson.83@us.af.mil.
    LeMay VTC CISCO WebEx Software/Hardware
    Active
    Dept Of Defense
    The Department of the Air Force is seeking quotes for the procurement of CISCO WebEx software and hardware to enhance video-teleconferencing capabilities at Maxwell Air Force Base in Montgomery, Alabama. The requirement includes the design, installation, and customer technical support for a distributed multipoint video-conferencing platform that must support secure communications across three designated rooms, utilizing new equipment from CISCO and other manufacturers. This initiative underscores the importance of modernizing communication technologies within secure environments, ensuring compliance with USAF and DoD security standards. Quotes are due by September 20, 2024, and must be submitted via email to SSgt Tyrel Tinsley and Ms. Kimberly Knott, with the contract awarded based on the lowest priced acceptable quote.
    58--TELEPHONE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 32 units of a specific telephone model, identified by NSN 5805017161341. This solicitation, categorized under the NAICS code 334210 for Telephone Apparatus Manufacturing, aims to fulfill communication needs within military operations. The selected vendor will be required to deliver the items to DLA Distribution within 124 days after order placement. Interested parties must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    3 OSS Secondary Crash Net
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a secondary crash net system for the 3 OSS at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement includes a VoIP Emergency Conferencing system, installation services, and training, with a focus on compliance with the Department of Defense's Information Network Approved Products List. This system is critical for enhancing communication capabilities during emergency situations at the military base. Interested vendors must submit their quotes via email by September 20, 2024, and direct any questions to the primary contacts, Sean Leigh and Beau Burton, at the provided email addresses or phone numbers.
    59--HANDSET
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 66 units of the HANDSET, identified by NSN 5965015936478. This solicitation is a Request for Quotation (RFQ) and is aimed at acquiring essential telephone apparatus components, which are critical for communication systems within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    59--HEADSET-MICROPHONE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 43 headset-microphones under solicitation number NSN 5965124075983. The procurement is set aside for small businesses, emphasizing the importance of supporting small enterprises in the audio and video equipment manufacturing sector. These headset-microphones are critical components for various military applications, ensuring effective communication in operational environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    58--INTEGRATED VOICE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two units of integrated voice systems, identified by NSN 0R-5895-017106129-RQ. This procurement requires government source approval prior to contract award due to the flight-critical nature of the item, and only sources previously approved by the government will be considered. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to provide the necessary information will result in disqualification from the solicitation process. For further inquiries, interested parties can contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO@NAVY.MIL.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL BUSINESS LINE (CBL) SERVICE AT 1.544 MB AT BLDG 57305 ROOM 1612001 BRAINARD ROAD , FORT HUACHUCA, AZ, 85613, US. PORT THE FOLLOWING NUMBERS: 520 458-0867, 520 452-7600 THROUGH 520 452-7699
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a Commercial Business Line (CBL) service at Fort Huachuca, Arizona. The requirement includes porting specific phone numbers and delivering a service with a capacity of 1.544 MB, which is critical for telecommunications operations at the facility. This procurement falls under the NAICS code 517111, and the evaluation will utilize a lowest price technically acceptable (LPTA) source selection process. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they can contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    Session Initiation Protocol (SIP) Circuit Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Session Initiation Protocol (SIP) trunks to replace existing Primary Rate Interface trunks at Altus Air Force Base in Oklahoma. The procurement aims to facilitate commercial local and long-distance calls for the base, with the intent to award the contract to AT&T, the only source capable of providing the necessary fiber optic infrastructure. Interested vendors are required to submit a capability statement by September 27, 2023, at 11:00 AM CST, detailing their technical and cost capabilities, with submissions directed to the primary contacts, Katharine Lewis and Kelsey L. Brightbill, via email. The contract is set to commence on October 1, 2024, and will include a five-year period for the contractor to engineer, furnish, install, and test the required services, ensuring compliance with federal standards and regulations.