USSC Cisco Requirement Amendment 3
ID: 21CONSCISCOType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Cisco networking equipment, including switches, routers, phones, and network authentication systems, under the solicitation titled "USSC Cisco Requirement Amendment 3." This procurement aims to fulfill the requirements outlined in the updated product list and address vendor inquiries, ensuring clarity and accuracy in the bidding process. The goods and services sought are critical for enhancing network infrastructure and operational capabilities at the U.S. Space Force. Interested small businesses must submit their offers by 1200 MST on May 19, 2025, and can direct inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or Patrick Berger at patrick.berger@spaceforce.mil for further assistance.

    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) related to Cisco networking equipment, specifically focusing on various components of the Cisco Catalyst 8500 and 9300 series. It lists multiple items, including routers, switches, power supplies, and licenses, intended for enterprise and service provider deployments. Key items include the Cisco Catalyst 8500L, with specifications for hardware capabilities, memory, and components supporting zero-touch provisioning and enhanced network management through Cisco DNA Center. The inclusion of licenses for advanced network functions points towards an emphasis on compliance and operational efficiency for government use. The document's structure organizes the product specifications and their descriptions, making it clear that the aim is to streamline procurement for federal projects by providing essential information on advanced networking solutions to ensure robust connectivity and infrastructure improvements. Overall, this RFP is aligned with the government's initiative to enhance technology capabilities in networking systems to support operational needs effectively.
    The document details the inventory of Cisco networking equipment, including routers and switches, alongside various subcomponents such as licenses, power supplies, and mounting kits. Key items include the Cisco Catalyst 8500 and 9300 series, with associated components aimed at enhancing performance and deployment capabilities. Each item includes specifications such as part numbers, item descriptions, and quantities, indicating their intended use in enterprise networking solutions.
    The government document outlines a detailed request for proposal (RFP) related to the procurement of various Cisco networking equipment and licenses. It specifies items such as the Cisco Catalyst 8500 and 9300 series routers and switches, alongside associated hardware like power supplies and cables, with multiple quantities listed. The equipment supports enterprise or service provider scenarios, ensuring compliance with U.S. export restrictions. Notable products include network plug-n-play licenses, DNA subscriptions, and integration capabilities for zero-touch deployment scenarios. The document serves as part of an overarching strategy to enhance government infrastructure through modernized networking technology. The emphasis is on secure, scalable, and efficient networking solutions to facilitate current and future digital communication needs across federal, state, and local domains. By providing an extensive list of items and licenses required, the RFP aims to streamline the procurement process, ensuring agencies have access to up-to-date technology for optimal operational performance.
    The document addresses questions concerning the procurement process for a Cisco requirement related to the U.S. Senate Sergeant at Arms (USSC). Specifically, it clarifies the initial inquiry about using NASA's SEWP (Solutions for Enterprise-Wide Procurement) for obtaining quotes. The response indicates that the requirement for SEWP has been removed from the Bill of Materials (BOM) following market research. It has been determined that the opportunity will now be solicited as an open market opportunity through SAM.gov rather than relying on SEWP. This decision allows for more flexibility in leveraging different contract vehicles, such as GSA, for the procurement process. Overall, the focus is on facilitating a more accessible and competitive bidding environment for contractors.
    The document is a detailed Bill of Materials Estimate for a project at 1110 Bayfield Dr, Colorado Springs, CO, outlining the procurement of various networking devices, primarily Cisco equipment. The total estimated cost of the project is $74,050.75, with separate categories for routers ($34,955.25), switches ($36,527.50), and miscellaneous network devices ($2,568.00). The document lists specific items, their part numbers, quantities, unit prices, and total costs, along with notes about each component’s necessity. Essential components include the Cisco Catalyst 8500 Series router and the Catalyst 9300 switch, both of which come with various subcomponents and licenses required for deployment. The procurement is structured to ensure all necessary subcomponents are ordered, with no items deemed substitutable. This document serves as a crucial step for government agencies in acquiring the necessary technology and infrastructure to improve connectivity and service delivery, aligning with federal standards and facilitating the execution of the project. Overall, it reflects the meticulous planning and budgeting required for government contracting and procurement processes.
    The document outlines a federal request for proposal (RFP) related to network hardware and associated components. It details a range of Cisco networking products, specifically the Cisco Catalyst 8500 and 9300 series routers and switches, along with various subcomponents such as power supplies, licenses, and support tools. This RFP seeks to equip enterprise or service provider environments with advanced network infrastructure, emphasizing functions such as zero-touch deployment, WAN insights, and compliance with U.S. export restrictions. Key offerings include the C8500L and C9300 series with modular options, advanced software licenses for network management, and support infrastructure to ensure seamless operations. Additional components like media converters, power cords, and custom TACLAN encryptors enhance the system's capabilities. Overall, this document serves as a comprehensive procurement specification aimed at government entities seeking to upgrade their networking systems in line with federal technology standards, enhancing efficiency and security in data handling across various administrative sectors.
    The document consists of a series of questions and answers regarding a request for procurement related to network hardware. The primary focus is on specific Cisco switches and their corresponding licenses and components. Key points include the need to quote a 12-port switch (C9300-NW-A-12) instead of a 48-port version and to provide a 5-year DNA Advantage license. It confirms that a second power supply is not required and specifies the necessity for a network module (C9300X-NM-8Y). Additionally, the document requests a full part number for the switch with DNA Advantage (C9300X-12Y-A) and addresses concerns about subcomponents with outdated or zero-cost part numbers, directing compliance with any updated designation. The overall purpose is to ensure clarity and accuracy in procurement specifications for government RFPs related to network infrastructure. This emphasizes the importance of aligning hardware components and licensing accurately in bidding processes.
    This government document details a solicitation for a Women-Owned Small Business (WOSB) to fulfill a contract for commercial products and services, specifically targeting the acquisition of Cisco components by the U.S. Space Command (USSC). The requisition FA251725Q0044 involves procuring Cisco switches, routers, phones, and authentication systems, with a total award amount estimated at $30 million and an expected delivery date of June 30, 2025. The solicitation outlines necessary classifications, terms, and conditions, as well as payment processing through the Wide Area Workflow (WAWF) system. Important clauses pertaining to environmental regulations, fair labor standards, and unique item identification for delivered goods are included. The primary purpose of this document is to inform potential contractors about the requirements and stipulations associated with the bidding process, ensuring compliance with federal regulations while promoting inclusivity among small businesses, especially those owned by women and economically disadvantaged individuals.
    The document outlines a Women-Owned Small Business (WOSB) solicitation/contract for the provision of commercial products and services, specifically related to US Space Force's procurement of Cisco technology components. With a total award amount of $30 million, the solicitation is administered by Peterson Air Force Base. It details the requirements for delivery of Cisco switches, routers, phones, and network authentication systems by June 30, 2025. The solicitation mandates compliance with various federal acquisition regulations and includes numerous clauses to protect vendor rights, ensure fair practice, and maintain transparency in government contracting. Additionally, it incorporates specific clauses relevant to unique item identification and outlines processes for invoicing through the Wide Area WorkFlow system. The document is aimed at promoting equitable participation of women-owned businesses in government contracts, reflecting federal efforts to enhance opportunities for historically underrepresented businesses. The solicitation’s structured format includes important timelines, contact information, and a range of compliance requirements to guide potential offerors in submitting their proposals.
    The document outlines a solicitation for a contract specifically targeting Women-Owned Small Business (WOSB) and includes details related to the acquisition of commercial products and services. It specifies a solicitation number (FA251725Q00440003) and provides essential information on the contracting process, including the quantities, unit prices, and specifications for Cisco equipment needed for critical mission support. The total award amount is noted as $30,000,000, with a delivery deadline set for June 30, 2025. The solicitation emphasizes compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses regarding management practices, contractor certifications, and payment processes. The document highlights the importance of unique item identification for supplied products, ensuring traceability and accountability in procurement. Additionally, it incorporates clauses relevant to small businesses, environmental concerns, and anti-trafficking laws, underscoring the government's commitment to ethical procurement practices. The overall tone is formal and procedural, guiding contractors through the necessary steps to conform with federal solicitation processes.
    The document outlines a solicitation for a contract aimed at acquiring Cisco products and services for military operations, specifically targeting women-owned small businesses (WOSB). It provides essential procurement information, including requisition and solicitation numbers, contact details for inquiries, due dates for offers, and the awarding amounts, with a total award ceiling of $30 million. The acquisition application for these products is classified as firm, fixed price, indicating a clear understanding of costs for the government and the contractor. Key items requested include Cisco switches, routers, phones, and network authentication systems, with detailed instructions regarding delivery and inspection. The contractor is obligated to comply with federal regulations, including the incorporation of various clauses related to rights, certifications, and representations, particularly addressing social compliance issues. The solicitation emphasizes the importance of utilizing small businesses, including those owned by women and economically disadvantaged individuals, and aims to promote diversity in government contracting. This initiative is part of a broader strategy to enhance procurement processes, ensuring transparency and adherence to regulations while fulfilling the urgent needs of military communications infrastructure.
    This document serves as an amendment to a federal solicitation, specifically noting modifications to the current Request for Proposal (RFP). The primary actions taken include an extension of the solicitation closing date from May 6, 2025, to May 16, 2025, and the allowance of additional vendor questions up until May 9, 2025. The amendment also includes an updated product list relevant to the solicitation. Contractors are required to acknowledge receipt of this amendment prior to the specified deadline to prevent rejection of their offers. These changes aim to facilitate a smoother procurement process by providing additional time and clarification for potential bidders. Overall, the document maintains all previously established terms of the solicitation while enabling contractors to adjust their proposals accordingly.
    This document serves as an amendment to a solicitation from the federal government, aiming to notify contractors of changes before the set submission deadline. Key details include instructions for acknowledging receipt of the amendment via specified methods, which are crucial for the validity of submitted offers. Furthermore, it outlines that any desired changes to previously submitted offers must also reference this amendment and be received on time to avoid rejection. The primary purpose of this particular amendment, issued on May 6, 2025, is to introduce an updated Product List dated May 5, 2025, and notably, to remove the TACLAN component from the requirement. Contractors who previously submitted quotes including this product are permitted to revise and re-submit their offers accordingly. The document emphasizes the importance of the timeline and communication methods for compliance in soliciting offers and maintaining the integrity of the contracting process.
    This document outlines an amendment to a solicitation, specifically addressing procedures for offer acknowledgment and modifications to contract details. The amendment extends the due date for responses from May 16, 2025, to May 19, 2025, at 1200 MST. It specifies that contractors must acknowledge receipt of the amendment through various methods to avoid rejection of their offers. Additionally, it emphasizes that if any changes to a previously submitted offer are necessary, those should be communicated before the new due date. The document reaffirms that all previously untampered terms and conditions remain valid. It is part of a formal solicitation process under federal regulations, likely associated with a project managed by the 21st Contracting Squadron at Peterson Air Force Base, intended to either procure services or products pertinent to the needs of the U.S. Space Force.
    The document outlines a series of inquiries and clarifications from a respondent preparing to answer the Department of the Air Force's Solicitation Number FA251725Q00440002. It highlights ambiguities regarding product requirements, notably the part number for “Miscellaneous Network Devices," which appears to be incorrect (SGPAT 103-105 does not exist). The respondent suggests alternative valid part numbers from Lantronix, including SGPAT 1013-105 and SGPAT 1039-105, while correcting a typo in the bill of materials (BOM) regarding the switch part number. The respondent also notes the absence of Smartnet on the hardware design, confirming their decision to omit it from the quote. Additionally, it confirms the removal of previously required items such as phones and VTCs, which have since been procured elsewhere. The document illustrates a collaborative effort to ensure clarity and accuracy in the bidding process, emphasizing the importance of proper communication in government RFPs. This exchange underscores the critical nature of part specifications and procurement confirmations in fulfilling federal grant and solicitation requirements effectively.
    Lifecycle
    Title
    Type
    USSC Cisco Requirement
    Currently viewing
    Solicitation
    Similar Opportunities
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    MCP-LAK-Data -Network Switch Equipment for ATC Dining Classroom Facility #3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement of network switch equipment for the ATC Dining Classroom Facility 3. This acquisition is in accordance with the LOM and aims to enhance the facility's IT and telecom capabilities, particularly in digital network products. The equipment is crucial for ensuring efficient communication and operational functionality within the facility. Interested vendors can reach out to SrA Brian Chambers at brian.chambers.5@us.af.mil or MSgt Alex Nieves Alvarez at alex.nievesalvarez@us.af.mil for further details regarding the procurement process.
    58--ETHERNET SWITCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Ethernet switches. The contract requires the manufacture of these switches, which are critical for IT and telecommunications infrastructure, ensuring reliable network connectivity for defense operations. The procurement includes specific quality assurance measures, compliance with military standards, and a requirement for firm fixed pricing, with a quantity of five units and a delivery timeline of 365 days. Interested vendors should direct inquiries to Matthew Takach at (717) 605-2640 or via email at matthew.takach@navy.mil, with proposals due by October 16, 2024.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    Cisco Desk Pro
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking sources for the procurement of various Cisco Desk Pro items as part of a Total Small Business Set-Aside initiative. The procurement includes a total of 17 specific items, such as Cisco Desk Pro units, power supplies, cables, and accessories, which are essential for enhancing communication and productivity within military operations. Interested vendors are encouraged to respond to this Sources Sought notice, and inquiries can be directed to Nichole Dewitt at nichole.l.dewitt@usmc.mil or by phone at 757-445-1545. The performance will take place in Norfolk, Virginia, and the NAICS code for this opportunity is 334111, focusing on Electronic Computer Manufacturing.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Dept Of Defense
    The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Juniper Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking procurement of Juniper switching equipment to facilitate the Joint Regional Security Stack (JRSS) migration capabilities at Fort Carson, Colorado. This equipment is critical for the United States Army Human Resources Command (USAREC) as it supports the Integrated Personnel and Pay System (IPERMS), which is essential for managing soldiers' pay and human resources actions. The procurement is aimed at enhancing operational efficiency and ensuring the effective management of soldier-related actions. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or Timothy D. Pike at timothy.d.pike.civ@army.mil for further inquiries.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.