VOIP Training
ID: FA500424Q0047Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Computer Training (611420)

PSC

EDUCATION/TRAINING- INFORMATION TECHNOLOGY/TELECOMMUNICATIONS TRAINING (U012)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) dated September 10, 2024, outlines a training program for technicians at Eielson Air Force Base, focusing on Cisco Unified Communications Manager (CUCM) and Cisco Unity Connection (CUC). The training consists of two on-site instructor-led sessions for ten government technicians, aimed at equipping them with the skills to manage and maintain CUCM and CUC independently. Objectives include comprehensive training on configuring voice systems, troubleshooting IP phones, managing user accounts, and understanding VoIP protocols. The contractor is required to be Cisco certified and must provide a detailed account of past performances. Training will be conducted in a designated facility at Eielson AFB, with costs covered by the contractor. Quality assurance measures will be supervised by the Civilian Voice Network and Systems Administrator to ensure compliance and performance standards. The document also highlights the need for potential adaptations based on funding or other shifts directed by the U.S. The training represents a strategic effort to enhance technical proficiency among base personnel, ultimately improving operational readiness and efficiency within voice communications systems.
    This addendum to solicitation FA500424Q0047 outlines the evaluation process for bids related to a VOIP training requirement. The amendment specifies that any noncompliance with the Request for Quote (RFQ) may result in the disqualification of the offer. Bids will first be assessed for compliance and responsiveness to the submission requirements. A completed SF 1449 and the necessary certifications are vital for evaluation. Only the lowest priced bid that meets technical acceptability will undergo further scrutiny based on past performance over the prior three years. If any negative contractor responsibility is identified, the next lowest bid will be considered until an acceptable option is found. The document emphasizes adherence to the solicitation's requirements and provides a contact for inquiries, indicating a structured and competitive bidding process. This process is in line with government procurement practices aimed at ensuring transparency and value in federal funding and contract management.
    The document primarily addresses a government-led initiative focused on addressing essential health and safety concerns through the improvement of facilities and infrastructure. It emphasizes the importance of compliance with federal, state, and local regulations while enhancing safety measures within public facilities. The main topics include strategy development, budget considerations, and community health outcomes, particularly in the context of managing hazardous materials and ensuring safe environments. Key points underscore the significance of grants and RFPs (Requests for Proposals) to efficiently allocate resources for improvements to public facilities. The document illustrates the need for systematic assessments and planning before commencing construction or renovation work. Additionally, it stresses adhering to protocols for hazardous material management to mitigate health risks. Overall, the strategies outlined aim to foster better infrastructure development, promote community well-being, and ensure regulatory compliance, indicative of a broader commitment to public safety and health standards. This initiative reflects the government's proactive approach to enhancing community facilities and addressing environmental health impacts effectively.
    The 354th Contracting Squadron is seeking a single-source justification for training on Cisco Unified Call Manager (CUCM) systems at Eielson AFB, following a tech refresh in 2023. The training aims to equip technicians with the skills needed to administer and maintain the Cisco VOIP enclave efficiently, with a focus on ensuring minimal downtime essential for the base's operations. Cisco brand training is necessary due to existing contractual support for Cisco products, ensuring interoperability and high training standards. Market research indicated that while there are multiple small businesses available, only those certified by Cisco can meet the specific training requirements. Therefore, the contract will be pursued as a Firm Fixed Price total small business set-aside, aligning with FAR Part 13 protocols. The contracting officer has determined that this action justifies a single source due to specific qualifications. Future efforts will focus on exploring alternative training solutions to prevent reliance on single-source awards. This document reflects the government's commitment to providing quality training while ensuring that the procurement process remains competitive and compliant with regulations.
    The document outlines a solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSB) for training related to Cisco Unified Call Manager (CUCM) at Eielson Air Force Base. With an award amount of USD 16,000,000, the contract is set to commence from October 1, 2024, to October 14, 2024. Key elements include the requirement for bidders to adhere to various Federal Acquisition Regulation (FAR) clauses, the description of the product service code (U012), and the need for training that ensures personnel are qualified to operate and maintain CUCM. Additionally, the document emphasizes compliance with labor standards, payment instructions, and safety requirements on government installations. Various clauses incorporate references to small business concerns, including economically disadvantaged and service-disabled veteran-owned businesses. The solicitation encourages participation from diverse businesses and outlines specific conditions to foster inclusion while maintaining strict adherence to federal regulations and contract performance standards.
    Lifecycle
    Title
    Type
    VOIP Training
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    International Standard for VoIP in Air Traffic Control (ATC) Training
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified vendors to provide training on the newly approved international standard for Voice over Internet Protocol (VoIP) in Air Traffic Control (ATC). The procurement involves two five-day training courses for a maximum of 32 attendees at the FAA's Oklahoma City location, with options for four additional courses at various FAA sites, including the William J. Hughes Technical Center and FAA Headquarters. This training is critical for ensuring that personnel are proficient in the latest VoIP technologies and their applications in aeronautical communications, including practical lab sessions using ED-137C emulators. Interested parties should submit a capability statement of no more than five pages to demonstrate their ability to meet the FAA's requirements, with inquiries directed to Alex Athans at alex.athans@faa.gov or Shaun Miles at shaun.miles@faa.gov.
    KEY WEST INFRASTUCTURE VOIP TRANSITION SOLUTION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, is seeking proposals for a Voice Over Internet Protocol (VoIP) transition solution at Naval Air Station Key West, Florida. The project aims to replace existing Time Division Multiplexing (TDM) services for approximately 2,200 users across 149 buildings, requiring vendors to provide a comprehensive plan that includes installation, equipment, implementation costs, and a timeline for transition expected in FY25. This initiative is critical for enhancing military communication infrastructure, ensuring reliable telecommunication services for defense and emergency operations. Interested vendors must submit their proposals by September 23, 2024, with a performance period from September 27, 2024, to January 26, 2025; for further inquiries, contact Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    CISCO IP Phone Brand Name Combo Solicitation
    Active
    Dept Of Defense
    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.
    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.
    Video Teleconferencing Programming for Conference Room
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide video teleconferencing (VTC) installation and programming services for a conference room at Mountain Home Air Force Base in Idaho. The project involves upgrading existing VTC systems to ensure compatibility with both Non-secure and Secure Internet Protocol networks, including the integration of Microsoft Teams functionality and compliance with AMX software and CISCO VTC equipment standards. This procurement is crucial for enhancing communication capabilities within the military context, reflecting the Air Force's commitment to modernizing its technology while promoting small business participation in government contracts. Interested parties must submit their quotes by 10:00 AM on September 4, 2024, and can contact Elizabeth Hughes at elizabeth.hughes.5@us.af.mil or 208-728-3109 for further information.
    JBER Kodiak Child Development Center Intercom Replacement and Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement and installation of a new intercom system at the Kodiak Child Development Center located on Joint Base Elmendorf-Richardson (JBER) in Alaska. The project requires contractors to provide all necessary materials, labor, and equipment to ensure compliance with the Statement of Work (SOW) and price schedule, with a focus on enhancing communication capabilities within the facility. This procurement is critical for maintaining safety protocols and operational efficiency, as the existing system is inoperable and affects daily operations and emergency procedures. Interested contractors must submit their proposals by 2:00 PM Alaska Standard Time on September 23, 2024, and are encouraged to attend a pre-proposal site visit on September 17, 2024, with prior clearance required for base access. For inquiries, contact John F. Gosh at john.gosh@us.af.mil or Beau Burton at beau.burton@us.af.mil.
    Video Conference Software - Maxwell AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for Video Teleconference (VTC) equipment under a total small business set-aside contract. The procurement aims to acquire a distributed multipoint video-conferencing platform, preferably the Pexip Infinity Software Platform, which must support secure communications for multiple endpoints and comply with military security standards. This initiative is crucial for enhancing communication infrastructure within government operations, ensuring robust and secure video communication capabilities. Quotes are due by September 20, 2024, at noon CST, and interested parties can contact SrA Chase Flowers at chase.flowers@us.af.mil or Kimberly Knott at kimberly.knott.1@us.af.mil for further information.
    99 ABW Unify CP Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing at Nellis Air Force Base in Nevada. This procurement is aimed at enhancing the communications capabilities of the Las Vegas Regional Command Post, necessitated by the current system's end-of-life status and the absence of maintenance options. The contract, valued at $313,598.19, will be awarded to MCS of Tampa, Inc., the only provider with the specialized knowledge and security clearance required for the installation and support of Unify products, which are critical for effective emergency responses. Interested parties must submit their capability statements by September 23, 2024, at 10:00 AM Eastern Time, via email to Erin Lilly at erin.lilly.1@us.af.mil, as this notice is not a request for competitive proposals.