FY25 CS Voicemail
ID: FA462025QA944Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Callegra Level Two Voicemail Sustainment services at Fairchild Air Force Base in Washington. The procurement involves the provision of specific software and support, including free upgrades to the Callegra UC software as they become available on the Department of Defense Approved Products List (DoD APL). This initiative is crucial for maintaining reliable communication infrastructure and enhancing operational efficiency within federal operations. Interested vendors should contact Ryan A Moffett at ryan.moffett@us.af.mil or 509-247-8137, or Branden Lawson at branden.lawson@us.af.mil or 509-247-2163 for further details regarding the Request for Quote (RFQ) identified as FA462025QA944, which includes specific technical requirements and performance criteria.

Files
Title
Posted
Apr 3, 2025, 9:04 PM UTC
The 92d Contracting Squadron has issued a Request for Quote (RFQ) identified as F A462025QA944, aiming to procure specific goods or services relevant to their operational needs. The RFQ includes two attachments: Attachment 1 outlines the salient characteristics required for the procurement, ensuring that potential suppliers understand the technical specifications and performance criteria. Attachment 2 contains a Brand Name Justification, though this section has been redacted, indicating sensitivity or proprietary information that cannot be disclosed. The document serves as a formal solicitation for quotes from vendors, reinforcing the government’s commitment to transparent and structured procurement processes, while highlighting the specific requirements and justifications for the requested goods or services. This RFQ aligns with federal standards and reflects best practices in government contracting, facilitating competitive bidding and compliance with regulatory frameworks.
Apr 3, 2025, 9:04 PM UTC
The document FA462025QA944 pertains to the solicitation for services related to the FY25 CS Voicemail system. It outlines the salient characteristics and requirements necessary for vendors to provide effective voicemail solutions that meet federal specifications. The emphasis is on ensuring reliable communication infrastructure, enhancing user experience, and integrating seamlessly with existing systems. The document specifies functionality aspects, performance metrics, and compliance with security protocols. These characteristics are crucial for maintaining operational efficiency and supporting various government functions. Ultimately, this document serves as an official request for proposals, aiming to attract qualified contractors capable of delivering high-quality voicemail services for federal operations. The context reflects the government's ongoing efforts to upgrade its technological capabilities to improve communication services.
Apr 3, 2025, 9:04 PM UTC
Lifecycle
Title
Type
FY25 CS Voicemail
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Sources Sought - Cisco Unified Call Management for VoSIP System
Buyer not available
The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking external partners for a project to upgrade the hardware and software of the Secure Voice Unified Communications Manager (CUCM). The objective is to provide a comprehensive turnkey solution that includes project management, design, installation, programming, configuration, and testing services, all within a classified environment. This upgrade is critical for maintaining secure military communications, ensuring compliance with stringent security protocols and standards. Interested contractors must submit their capabilities and relevant experiences via email to the designated contacts by 12:00 PM CST on April 15, 2025, as this solicitation is part of a sources sought synopsis aimed at informing future procurement strategies.
Fiber Optic Cable Installation for Bldg 2166
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is soliciting quotes for the installation of fiber optic cable connecting Building 2166 to Building 2248 at Fairchild Air Force Base, Washington, under RFQ FA462025QA940. The project requires contractors to engineer, furnish, install, and test a new 6-strand single-mode fiber optic cable, adhering to telecommunications standards and ensuring compliance with safety and environmental regulations. This procurement is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested vendors must submit their quotes by April 29, 2025, and are encouraged to attend a site visit on April 16, 2025, for further clarification. For inquiries, potential bidders can contact Mimi Robertson Lake at mimi.robertsonlake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil.
Local Telecommunication Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for Local Telecommunication Services at Moody Air Force Base in Georgia. The procurement aims to provide essential telecommunications infrastructure, ensuring high reliability and compliance with federal standards, with a minimum service reliability of 99.999%. This contract will span a base period of twelve months starting May 14, 2025, with four optional one-year extensions, and will be evaluated based on price, technical acceptability, and past performance. Interested contractors must submit their quotations by April 18, 2025, and can direct inquiries to Lt. Vivian Pham at vivian.pham.3@us.af.mil or Mr. Gerard Entwisle at gerard.entwisle.2@us.af.mil.
Command Post Data Wall
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install a modern Data Wall solution at Fairchild Air Force Base in Washington. The contractor will be responsible for all personnel, equipment, tools, and services necessary for the installation, including site surveys, removal of old equipment, and ensuring compliance with cybersecurity standards. This project is critical for enhancing the operational capabilities of the Crisis Action Team by allowing the display of multiple independent data sources, thereby improving crisis response effectiveness. Interested vendors must submit their quotes by April 11, 2025, following a site visit scheduled for March 27, 2025, and can direct inquiries to Evan Maddox at evan.maddox@us.af.mil or Brandon Teague at brandon.teague.1@us.af.mil.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes for further information.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
9 MXS CAD/CAM Software
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a CAD/CAM perpetual software license, primarily targeting small businesses under the RFQ FA468625Q0012. This procurement aims to enhance the manufacturing capabilities of the 9th Maintenance Squadron at Beale Air Force Base by providing advanced software that supports the design and production of complex aircraft components critical to intelligence, surveillance, and reconnaissance missions. The selected contractor will be responsible for delivering a comprehensive software solution that includes features such as multi-axis machining capabilities, robust simulation tools, and off-net operation capabilities, with a delivery timeline of 30 days after contract award. Interested offerors must submit their quotes by April 21, 2025, and can contact Contracting Officer Cali McVay at cali.mcvay.1@us.af.mil or Contract Specialist SSgt Brandon Washington at brandon.washington.8@us.af.mil for further information.
30 FSS PCC Sound Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an audio upgrade project at the Pacific Coast Center located at Vandenberg Space Force Base in California. This procurement aims to enhance audio-visual capabilities by installing existing Crestron equipment and various auxiliary systems, with a focus on compliance with Federal Acquisition Regulations (FAR). The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded based on a combination of price, technical capability, and past performance, with proposals due by April 18, 2025, at 1:00 PM PST. Interested offerors are encouraged to contact Vince Mills or TSgt Mark Wheeler for inquiries and must be registered with the System for Award Management (SAM) to be eligible for contract award.
Telephone Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for telephone services to be performed at Kingsley Field ANG Base in Klamath Falls, Oregon. The contractor will be responsible for providing all necessary personnel, equipment, and supervision to replace outdated Local Telecommunication Services with modern Session Initiation Protocol (SIP) technologies, ensuring compatibility with existing government infrastructure and adherence to federal regulations. This contract, which includes a base year and four optional years, emphasizes the importance of reliable service delivery and compliance with emergency telecommunications standards. Interested parties should contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or Jason Rice at jason.rice.27@us.af.mil for further details, with proposals due by April 22, 2025.
Air National Guard Voice Switching System (VSS) AMD 0004
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the replacement of the Voice Switching System (VSS) across 105 Air National Guard (ANG) sites, specifically targeting the outdated Avaya 8800 CM7 systems. The project aims to enhance telecommunication capabilities by ensuring compliance with current E911 laws and integrating advanced telephony management systems, while also providing necessary training and project management documentation. This initiative is critical for maintaining operational readiness and compliance with federal regulations, as the existing systems are nearing critical failure. Interested contractors must submit their proposals by April 16, 2025, and can direct inquiries to Kevin L. Poore at kevin.l.poore.civ@mail.mil or Jennifer L. Kinser at jennifer.l.kinser3.civ@mail.mil.