Cisco Desk Pro VTC
ID: H92276-25-Q-0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)SOCAFRICA CONTRACTING OFFICESTUTTGART-MORINGEN, DEU

NAICS

Other Communications Equipment Manufacturing (334290)

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 U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities at Camp Lemonnier in Djibouti, reflecting the government's commitment to utilizing advanced technology for operational efficiency. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with the specified technical requirements and federal regulations. For inquiries, vendors should contact TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Special Operations Command Africa has issued a Request for Quotation (RFQ) for two Cisco Desk Pro Video Teleconferencing (VTC) systems, within a 100% Small Business set-aside. The solicitation number is H92276-25-Q-0006, published on February 15, 2025, with a response deadline by March 3, 2025. Interested vendors must submit quotes electronically to TSgt Bryton Lawson, ensuring all proposals are consistent with the RFQ specifications. The procurement includes the delivery of Cisco Desk Pro units, requiring adherence to specific technical and shipping guidelines. The evaluation will prioritize technical acceptability and price, ultimately leading to an award based on the lowest price for a technically acceptable bid. Additional provisions encompass standards for item unique identification, payment processes via the Wide Area Workflow system, and necessary compliance with federal procurement regulations. This solicitation emphasizes alignment with regulatory frameworks to ensure accountability and efficient acquisition processes while promoting small business participation in government contracting opportunities.< /summary>
    This document is a Combined Synopsis/Solicitation for a Request for Quotation (RFQ) from the Special Operations Command Africa. The primary requirement is to procure two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, specifically the model CS-DESKPRO-NR-K9++. The solicitation number is H92276-25-Q-0006 with a proposal submission deadline set for 3 March 2025. The procurement is exclusively set aside for small businesses, defined by a North American Industry Size Classification code of 334290, limited to 800 employees. Interested vendors must submit their quotes along with specific information including company name, UEI number, Cage Code, number of employees, estimated delivery time, payment terms, and warranty details. The RFQ emphasizes a binding contract which will be awarded based on the lowest priced technically acceptable (LPTA) quote, requiring a strict adherence to the technical specifications outlined. All inquiries regarding the RFQ should be directed to the designated contact, TSgt Bryton Lawson, and must comply with electronic submission guidelines. Additional provisions regarding telecommunications equipment restrictions and solicitation cancellations are noted, highlighting the importance of compliance with federal regulations in submissions. This solicitation reflects the government’s ongoing effort to procure necessary technology efficiently and in accordance with established small business initiatives.
    The Special Operations Command Africa is requesting quotations for the procurement of two Cisco Desk Pro video teleconferencing units, categorized under Solicitations number H92276-25-Q-0006. This requirement is a combined synopsis/solicitation prepared per the guidelines of commercial items procurement. The solicitation is set aside for 100% Small Business participation, with the associated NAICS code being 334290, which includes small businesses with up to 800 employees. Proposals are due by March 3, 2025, with specific compliance criteria indicating that the submitted equipment must be the precise model specified. The evaluation process will prioritize technical acceptability and lowest pricing among conforming quotes. Additional documentation requirements include the company's UEI number, Cage Code, size determination information, delivery time, payment terms, and warranty specifics. The government reserves the right to cancel the solicitation at any time without financial obligation to the bidders. Compliance with various federal acquisition clauses and regulations is mandated, including stipulations regarding telecommunications equipment and labor standards. This solicitation reflects the ongoing efforts to enhance military operational capabilities through up-to-date communication technologies in East Africa.
    Lifecycle
    Title
    Type
    Cisco Desk Pro VTC
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting quotations for the procurement of AV2011 SATCOM antennas, specifically targeting small businesses under Solicitation Number H92276-25-Q-0005. The requirement includes six antennas that must meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to support operations at Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in military operations, and vendors must ensure compliance with federal acquisition regulations and be registered in the System for Award Management (SAM). Interested parties should submit questions by February 21, 2025, and quotes by February 28, 2025, with evaluations based on technical acceptability and price using a lowest-priced technically acceptable (LPTA) approach. For further inquiries, contact Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Cisco Board Pro 55 System and associated equipment to enhance secure video teleconferencing capabilities at Nellis Air Force Base in Nevada. The project involves the installation of a mobile SIPRNet Video Teleconference system in a briefing room, which includes specific Cisco products to ensure compatibility with existing communication infrastructure. This procurement is crucial for maintaining operational readiness and effective communication during military exercises and briefings. Proposals are due by February 25, 2024, with a required delivery within 90 days of order receipt. Interested vendors can contact Avery Irwin at avery.irwin@us.af.mil or SSgt Chase Brandt at chase.brandt@us.af.mil for further details.
    Cox Transport Circuits
    Buyer not available
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Vendor Due Diligence
    Buyer not available
    The U.S. Department of Defense, specifically the U.S. Army Special Operations Command (USASOC), is seeking industry input for a Vendor Due Diligence initiative under solicitation H92239-25-R-0007. This opportunity aims to identify capable sources for providing comprehensive research and analysis services related to vendor risk management, including supply chain evaluations and compliance assessments, particularly concerning potential threats posed by foreign ownership or influence. The contract, which spans from September 30, 2025, to September 29, 2030, emphasizes the importance of maintaining national security through effective vendor monitoring and risk mitigation strategies. Interested parties must submit their responses by 1:00 PM EST on February 21, 2025, via email to the primary contacts, Debbie Harris and Jonathan Long, whose contact details are provided in the solicitation notice.
    SmarTrack Airtime and Maintenance Service
    Buyer not available
    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking to procure SmarTrack Airtime and Maintenance Services for GPS tracking devices utilized by the 1st Special Warfare Training Group (1SWTG(A)). This procurement involves the provision of personnel, equipment, and services necessary for the maintenance and airtime of 765 SmarTrack devices, with a contract structured for a base year and three option years, commencing on March 27, 2025. The services are critical for ensuring operational readiness and effective tracking capabilities within military operations. Interested small businesses must submit their qualifications electronically by February 21, 2025, and are required to provide proof of service authorization from Williams Software Associates to qualify for consideration. For further inquiries, potential offerors can contact Brian Gilmore at brian.gilmore1@socom.mil or Chu Yon Ku at chu.y.ku.civ@socom.mil.
    Learning Management System (SOCOM/JSOU)
    Buyer not available
    The Department of Defense, specifically the Joint Special Operations University (JSOU) at MacDill Air Force Base, is seeking to acquire a cloud-based Learning Management System (LMS) to enhance its educational offerings. The LMS must meet specific Key Performance Parameters (KPP), including FedRamp and SCORM compliance, a minimum of 3TB storage, and features such as content management, student assessments, collaboration tools, and automated grading. This initiative is part of USSOCOM's commitment to modernizing educational technology to better serve its faculty and students, ensuring compliance and support crucial for operational effectiveness. Interested vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018 for further details.
    766 ESS SVTC Conference Room Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and upgrade of a Secure Video Teleconferencing (VTC) system at Joint Base Pearl Harbor-Hickam in Hawaii. The project aims to modernize existing VTC capabilities to enhance secure communication for military operations, requiring the contractor to provide secure VTC functionalities on both NIPR and SIPR networks, install related audio-visual equipment, and ensure compliance with Defense Information Systems Agency standards. This procurement is crucial for improving mission efficiency and secure communications within the military, with a total small business set-aside under SBA guidelines. Interested parties should contact Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil for further inquiries, with a project completion timeline of 180 days post-award and a delivery expectation set for September 30, 2025.