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 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.

    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) 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 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
    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.
    VISN 12 Spok MediCall Migration
    Buyer not available
    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.
    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.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This procurement is specifically aimed at small businesses, as it is a 100% Small Business Set-aside, and the work is critical for maintaining communication infrastructure at the facility. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via email. For further inquiries, Rishi Mathur can be reached at rishi.m.mathur.civ@us.navy.mil or by phone at 215-600-9078.
    R426--Northport Switchboard/Dispatch Services
    Buyer not available
    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.
    DirectTV BPA
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for a five-year Blanket Purchase Agreement (BPA) to provide DirecTV services and supplies for its Carderock and Olney locations. The procurement includes the provision of satellite dishes, receivers, remote controls, cables, multi-switches, amplifiers, and specific DirecTV service packages, along with routine maintenance and installation services. This BPA is crucial for maintaining the existing infrastructure that is exclusively compatible with DirecTV, ensuring uninterrupted service and operational efficiency. Interested small businesses must submit their quotes by 12:00 PM EST on December 5, 2025, with a maximum ceiling of $349,000 for the BPA. For further inquiries, contractors can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil.
    Citrix Software Application
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding in Newport News, Virginia, is seeking bids for the renewal of Citrix software applications, including CITRIX Xen Desktop. This procurement is a 100% Small Business set-aside for a Firm Fixed Price contract, requiring the acquisition of 590 units of Citrix Universal Hybrid Multi-Cloud Government and 590 units of Citrix US 24/7 Support, both of which are brand-name-only products. The Citrix software is crucial for the operational efficiency of the U.S. Navy, ensuring reliable access to applications and support services. Bids are due by December 9, 2025, at 4:30 PM EST, with questions accepted until December 5, 2025; interested parties can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further information.
    I/O Cables
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of fully assembled Input/Output (I/O) cables. This procurement aims to replace obsolete components in the Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment, requiring the delivery of 1,075 I/O cable assemblies that meet stringent specifications and security requirements. The contract emphasizes the importance of preventing counterfeit materials and adhering to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, with deliveries due by October 15, 2026. Interested parties should direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, with the solicitation closing on December 22, 2025.