ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Unify OpenScape Voice Package

DEPT OF DEFENSE FA521525Q0042
Response Deadline
Aug 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide and maintain the Unify OpenScape Voice Package for the Pacific Air Forces Command Center and the 15th Wing Command Post located at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement involves comprehensive services including site surveys, design, installation, system setup, testing, training, and ongoing maintenance for a VoIP Advanced console solution, which integrates various communication technologies and features essential for operational efficiency. This project is critical for ensuring reliable communication capabilities within military operations, and it is set aside for small businesses under the Small Business Administration guidelines. Interested parties must submit their quotes by email to the designated contacts by September 30, 2025, and ensure compliance with the outlined requirements, including technical capability and past performance references.

Classification Codes

NAICS Code
334210
Telephone Apparatus Manufacturing
PSC Code
7G21
IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)

Solicitation Documents

5 Files
Performance Work Statement Amended 8.14.2025.pdf
PDF248 KBAug 14, 2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for engineering, furnishing, installing, and testing a complete Unify communications system for the Pacific Air Forces (PACAF) Command Center (PCC) and the 15th Wing Command Post (15 WG/CP), including their primary and alternate locations. The system will integrate touch screen consoles, UHF/HF/LMR radio interfacing, and the base VoIP phone system. Key tasks include a site visit, design, installation, system setup, testing, cutover, controller training, and documentation. The contractor must provide 24/7/365 service support for monitoring, diagnosing, and restoring system capabilities, with specific requirements for controller positions and voice recording upgrades at each location. The system must support features like one-touch conferencing, automatic call notification, and programmable pre-set calling operations. A one-year maintenance warranty is required, with an option for four additional years. The PWS also details consulting services, documentation requirements, hours of operation, general information on re-performance, government remedies, physical security, contract employees, base access procedures, and government quality assurance measures with defined performance objectives and thresholds.
Performance Work Statement.pdf
PDF201 KBAug 14, 2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for engineering, furnishing, installing, and testing a complete Unify communications system for the Pacific Air Forces (PACAF) Command Center (PCC) and 15th Wing Command Post (15 WG/CP), including their primary and alternate locations. The project involves installing touch screen consoles, UHF/HF/LMR radio interfacing, and integrating with the base VoIP phone system. The contractor is responsible for site visits, design, installation, system setup, testing, training, documentation, and providing a five-year maintenance warranty. Key tasks include 24/7/365 service support for monitoring, diagnosing, and restoring system capabilities, with specific requirements for controller positions, voice recorders, and salient features like one-touch conferencing and automatic call notifications. The PWS also details hours of operation, general information on re-performance, government remedies, physical security, and base access procedures, including background checks and escort requirements for personnel. Performance objectives and contact information for site project managers are also provided.
MCS of Tampa_UI_Master Service Provider Letter_(9Jul24.5)_Signed.pdf
PDF175 KBAug 14, 2025
AI Summary
No AI summary available for this file.
SSJ Redacted_Redacted.pdf
PDF1765 KBAug 14, 2025
AI Summary
The provided document, titled "Sole Source (Including Brand Name) Justification - Simplified Procedures for Certain Commercial Items," is a government file, likely part of federal RFPs. It appears to be a template or a section of a larger document used to justify sole-source procurements, including those for specific brand-name items, under simplified procedures for commercial items. The document indicates it was updated in March 2023 and includes recurring security markings and page numbers (4 of 7, 6 of 7, and 7 of 7), suggesting it is an excerpt from a multi-page official government record. The core purpose of such a document is to provide a legal and procedural justification for why a competitive bidding process is not being followed, instead opting for a single supplier or a specific brand, thereby ensuring transparency and accountability in government purchasing.
RFQ COMBO.pdf
PDF292 KBAug 14, 2025
AI Summary
This document is a combined synopsis/solicitation (RFQ) for commercial items, specifically for Unify OpenScape systems and associated maintenance for PACAF Command Center and 15th Wing Command Post. The solicitation number is FA521525Q0042, posted on August 12, 2025, under NAICS 334210 (Size Standard: 1,250 employees) and is a Small Business Set-Aside, Firm-Fixed Price (FFP) contract. The Government's obligation is contingent upon fund availability. Quotes must be emailed to SSgt Thomas Hembree (thomas.hembree@us.af.mil, 808-789-3142) and A1C Angel Liu (angel.liu@us.af.mil, 808-471-4326) and include the solicitation number, offeror contact information, technical description, delivery schedule, warranty terms, pricing, past performance references (if applicable), and agreement with terms. Quotes must also include completed Sections 6-9 of the solicitation. Payment terms are Net 30. Evaluation criteria, in order of importance, are technical capability, price, past performance, delivery schedule, and warranty. Desired delivery is 30 Days After Date of Contract (ADC).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 12, 2025
amendedLatest Amendment· Description UpdatedAug 14, 2025
deadlineResponse DeadlineAug 15, 2025
expiryArchive DateSep 12, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA5215 766 ESS PKP

Point of Contact

Name
Thomas Hembree

Place of Performance

JBPHH, Hawaii, UNITED STATES

Official Sources