Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
ID: N0016726Q1008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

All Other Telecommunications (517810)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.

    Point(s) of Contact
    Files
    Title
    Posted
    The Contract Data Requirements List (CDRL) (DD Form 1423-1, Feb 2001) is a standardized form used by the Department of Defense to list data items required from a contractor. This specific CDRL details a single data item: a "Technical Data Package" for a "VOIP Design" under Contract/PR No. TBD. The authority for this data acquisition is MIL-STD-31000C, with a contract reference to PWS Para 3.1. The document specifies the distribution of the data item to the TPOC and alternate TPOC, who will be identified at the time of award. The estimated public reporting burden for this information collection is 110 hours, and respondents are directed to send completed forms to the Government Issuing Contracting Officer.
    The provided file, sourced from assist.dla.mil, primarily consists of repeated disclaimers regarding its currency and the need for users to verify the version before use. The document's main purpose is to emphasize the importance of checking the source for the most up-to-date information. In the context of government RFPs, federal grants, and state/local RFPs, this serves as a critical reminder for users to ensure they are working with the current and accurate version of any official document, preventing reliance on outdated information that could lead to non-compliance or incorrect submissions.
    MIL-STD-31000C, effective February 3, 2025, supersedes MIL-STD-31000B and outlines Department of Defense (DoD) standard practices for Technical Data Packages (TDPs). This standard defines the format and content requirements for TDPs prepared for or on behalf of the DoD, ensuring a clear, complete, and accurate technical definition of an item for acquisition, production, inspection, engineering, and logistics support. Key revisions in version C include the addition of the Additive Manufacturing Data File to TDPs, renaming the Critical Manufacturing Process Description to Required Manufacturing Process Description, and introducing a new Data Item Description (DI-SESS-82465) for Additive Manufacturing. The standard details TDP levels (Conceptual, Developmental, Product), types (2D and 3D), and elements (engineering design data, specifications, software documentation, etc.), along with data management products and metadata. It also covers preparation, management, and protection of classified and controlled unclassified technical information.
    The provided document is not a government file or RFP, but rather an error message indicating that the user's PDF viewer may not be able to display the intended document. It advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it only addresses a technical issue with document viewing.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services. This Request for Quotes (RFQ) is set aside for Women-Owned Small Businesses (WOSB) and seeks a firm-fixed price purchase order for VOIP engineering support services, including configuration, deployment, and sustainment. The project involves upgrading an aging ISDN and VOIP system at the West Bethesda site and multiple detachments to a new CISCO VOIP solution. The contract includes a one-year base period and four one-year option periods. Key personnel requirements include a VOIP Architect and Engineer, both requiring Top Secret clearance and a Cybersecurity Workforce designation. Responses are due by January 7, 2026, and a site visit is scheduled for December 9, 2025. The solicitation outlines specific FAR and DFARS clauses, payment instructions via Wide Area WorkFlow (WAWF), and contractor requirements for safety, security, and staffing.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a Request for Quotes (RFQ) for Voice Over Internet Protocol (VOIP) Support Services. This procurement, set aside for Women-Owned Small Businesses (WOSB), requires a contractor to provide VOIP enterprise architecture and lead engineering support for the Cisco Call Manager system at NSWCCD headquarters and its detachments. The contract will have a base period of one year and four one-year option periods. Bidders must submit quotes and/or capabilities statements by 11:00 AM on December 19, 2025, Eastern Daylight Time. A site visit is scheduled for December 2, 2025, from 9:00 AM to 11:00 AM at 9500 MacArthur Blvd, West Bethesda, MD 20817. The contractor will be responsible for configuration, engineering, and formatting of the CUCM VOIP system, including implementation, integration, and migration of legacy systems. The goal is to deploy the VOIP system with minimal impact on daily operations, ensuring full Cisco Call Manager functionality and integration with existing enterprise systems.
    The Naval Surface Warfare, Carderock Division (NSWCCD) has already procured a Cisco VoIP system, specifically a cluster of three Cisco BE7M-M5-K9 servers, and is in the process of modernizing and improving its deployment. The current system is connected to the PSTN via a Cisco gateway router with 2 PRIs. Future plans include migrating to three Cisco BE7M-M7-K9 servers and connecting to the PSTN via a replacement Cisco gateway router using a SIP trunk. NSWCCD requires architecture, design, and operational support to integrate multiple remote sites into the existing enterprise VoIP deployment. There is an existing pilot system servicing two buildings, and users will be migrated to the enterprise deployment once licensing is in place. The ultimate goal is to migrate all remaining users on ISDN-based Tone Commanders to the existing VoIP enterprise system.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a Request for Quotes (RFQ) for Voice Over Internet Protocol (VOIP) Support Services. This procurement is set aside for Women-Owned Small Businesses (WOSB) with a NAICS code of 517810 and a small business standard of $40 million. The contract will be a firm-fixed-price purchase order with a base year and four option years. Services include configuration, engineering, and formatting of a Cisco VOIP solution for implementation and integration into the existing network infrastructure at various NSWCCD locations. Quotes and/or capability statements are due by 11:00 AM on December 19, 2025. A site visit is scheduled for December 9, 2025, in West Bethesda, MD. Responses must include company letterhead, pricing, CAGE Code, FOB Destination, point of contact, GSA contract number (if applicable), business size, and be rounded to the nearest whole dollar. Shipping charges, if any, must be included in the price.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    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.
    Commercial telephone services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide commercial telephone services in support of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement aims to replace existing Time Division Multiplexing (TDM) services with modern telephony solutions across seven key Naval installations, including locations in Florida, Illinois, Pennsylvania, and Virginia, while supporting approximately 20,560 endpoints with advanced features such as Automatic Call Distribution and integration with Next Generation 911 infrastructure. Interested businesses are invited to submit a Statement of Capabilities by January 6, 2026, detailing their qualifications and proposed solutions, with the anticipated contract type being an Indefinite-Delivery, Indefinite-Quantity contract starting around February 1, 2027. For further inquiries, interested parties may contact James Keegan or Samantha Miller via their provided email addresses.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of Commercial Off-The-Shelf (COTS) items, including various electronic components for the Transportable Tactical Command and Control System (TTWCS). The required items encompass power supplies, circuit card assemblies, optical test sets, sensors, and storage drives from specified manufacturers, with all items to be delivered to Port Hueneme, California, by February 28, 2026. This procurement is critical for maintaining operational readiness and compliance with stringent military standards, ensuring that only approved products are utilized. Interested vendors must submit their offers by January 2, 2026, and can direct inquiries to Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil.
    VISN 12 Spok MediCall Migration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the migration of the Spok MediCall System at the Madison VA Medical Center from the Nippon Electronics Corporation (NEC) Voice system to the Cisco Unified Call Manager (UCCM). This procurement is a brand name requirement, emphasizing the need for specific technology to ensure seamless communication services within the facility. The successful contractor will play a crucial role in enhancing the medical center's telecommunication capabilities, which are vital for patient care and operational efficiency. Interested parties can reach out to Chante Frith at chante.frith@va.gov or Matthew Truex at Matthew.truex1@va.gov for further details regarding this opportunity.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of intercommunication systems under the title "58--CONTROL, INTERCOMMUN, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide either firm-fixed-price (FFP) or time-and-materials (TT&E) pricing, along with estimated costs for the repair of specified items, which must be returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining operational readiness of airborne intercommunication and public address systems, ensuring they function reliably in military environments. Interested contractors should direct inquiries to Dianne L. Wydra at 215-697-6681 or via email at DIANNE.L.WYDRA.CIV@US.NAVY.MIL, as the procurement does not have a set-aside recommendation for small businesses.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    Push-to-Talk Handset for Avaya 2420
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport, is soliciting quotes for 1,000 Push-to-Talk Handsets, designated as a 100% Small Business Set-Aside under NAICS code 334310. The handsets must be TAA compliant, compatible with Avaya 2420 Digital Phones, gray in color, and include a warranty, with delivery required FOB Destination to Newport, RI by February 2026. This procurement is critical for enhancing communication capabilities within the Navy, and the contract will be awarded as a single Firm-Fixed-Price Purchase Order based on the Lowest Price, Technically Acceptable offer. Interested vendors must submit their quotes via email to Jennifer Vatousiou by 11:00 a.m. EST on December 30, 2025, and must be registered in the System for Award Management (SAM) prior to award.
    R426--Northport Switchboard/Dispatch Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Switchboard and Dispatch Services at the Northport VA Medical Center in Northport, NY. The procurement aims to secure a Firm Fixed Price contract for comprehensive switchboard operations, including the management of telephone operators and emergency dispatchers, utilizing Cisco Webex and Finesse systems, with coverage required 24/7, including federal holidays. This service is critical for ensuring timely and efficient communication within the medical center, particularly for emergency situations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications, including professional capabilities and references, by November 21, 2025, at 12:00 PM via email to Clifford.Harrison@va.gov, as this Sources Sought Notice will inform the acquisition strategy.
    R499--Vocera Software License/Subscription Support and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Vocera Software License/Subscription Support and Maintenance at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves providing a perpetual license, subscription term license, software maintenance updates, and unlimited technical support for the existing Vocera Communications system, with the contract structured as a Firm-Fixed Price for a base year and four optional one-year extensions. This service is critical for maintaining effective communication within the VA medical facility, ensuring operational capabilities as intended by the manufacturer. Quotes are due by January 15, 2026, at 4:00 PM Central Time, and must be submitted via email to Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov, with the requirement that all offerors are registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
    59--PLUG,TELEPHONE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 99 units of a telephone plug (NSN 5935010380679). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated six orders per year and a guaranteed minimum quantity of 14 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of reliable electronic components in defense operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.