549 CTS SVTC
ID: F3G5DA4270A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document indicates the location of Building 1730, Room 138, which is marked as an emergency exit. This brief entry likely serves as part of a larger set of information relevant to government facilities or public safety protocols. The mention of an emergency exit suggests a focus on ensuring accessibility and safety within governmental operations or facilities. While the document provides limited details, its designation highlights the importance of clear navigation routes in emergency scenarios, further implying compliance with safety regulations and standards in federal grants or RFPs focused on building management or emergency preparedness. Overall, it underscores the significance of proper signage and structural layouts in maintaining public safety in government buildings.
    The Statement of Work (SOW) outlines requirements for installing a mobile SIPRNet Video Teleconference (VTC) system in the briefing room at Nellis Air Force Base, Nevada. The project focuses on a room measuring approximately 37’ x 22’ that supports around 15 participants in a setting equipped with NIPRNet and SIPRNet LAN drops. Key objectives include the installation of a Cisco Board Pro on a mobile stand, ceiling microphones, integrated speakers, and a Cisco POE switch for CAT-6 connectivity, adhering to the Air Force Enterprise Approved Product List. The work must be scheduled during weekdays from 8 AM to 5 PM, avoiding conflicts with operational exercises, particularly the GREEN FLAG exercises. Nellis AFB is responsible for the network integration to connect the VTC with existing SIPRNet systems. This project emphasizes the need for modern communication capabilities within military facilities, reinforcing the commitment to maintaining operational readiness while enhancing video conferencing systems.
    The document outlines a Brand Name Only requirement for the procurement of specific Cisco items as part of a government solicitation. The listing details ten distinct Cisco products, including the Cisco Board Pro 55 G2, various cables and microphone setups, as well as a Catalyst 9000 switch. Each item is categorized by a line item number (CLIN), a specific item description, part number, quantity, and unit of measure. All items listed are exclusively manufactured and compatible with Cisco, indicating a focused purchasing directive aimed at ensuring interoperability and compatibility with existing infrastructure. This document serves as a formal request for proposals (RFP), emphasizing compliance with federal and possibly state or local procurement regulations by detailing the specific materials needed for effective service provision within a government context. It is key for vendors to note the TAA compliance for assessing eligibility to participate in the procurement process. Overall, this RFP reflects a structured approach to acquiring technological resources critical for government operations.
    The document appears to be an inaccessible PDF related to federal government requests for proposals (RFPs) and grants, without substantive content available for review. Despite the technical issue preventing access, the intended subject likely covers guidelines, processes, or opportunities associated with federal and state/local funding proposals, outlining requirements for agencies or organizations seeking financial support for various projects or initiatives. These RFPs typically include details on eligibility criteria, application deadlines, funding amounts, evaluation criteria, and compliance with government regulations. Understanding and navigating this complex landscape of federal grants is crucial for entities aiming to secure financial resources for projects that align with governmental priorities and community needs. However, without specific content, further analysis or detailed summarization cannot be provided.
    The document presents a Single Source Justification for the procurement of a Cisco Board Pro 55 System, essential for secure video teleconferencing at Nellis AFB during joint exercises and briefings. The contracting activity cites the unique compatibility of Cisco products with the existing communication infrastructure as the main reason for selecting this sole source, asserting that other brands cannot meet the required high-definition secure communication standards. Despite market research indicating two small businesses capable of fulfilling the requirements, the determination is made that only Cisco can provide the necessary capabilities. Future steps include ongoing market research to identify potential suppliers and ensure price competitiveness without compromising mission effectiveness. The contracting officer acknowledges the necessity of a single source procurement in compliance with federal acquisition regulations.
    The document is a combined synopsis/solicitation for a request for quotation (RFQ) concerning the procurement of Cisco-brand commercial products or services for the government, specifically at Nellis Air Force Base, NV. The solicitation number is F3G5DA4270A001 and is exclusively open to small businesses within the NAICS code 541519. Quotes are to be submitted electronically by February 25, 2024, with specifications to include product details, CAGE code, SAM Unique Entity ID, and proposed delivery schedule. Due to potential funding constraints, no contract award will occur until funds are available. A mandatory site visit will guide potential vendors in meeting the RFQ's technical requirements, as quotes failing to comply with the stated instructions will be deemed unacceptable. The contract will utilize a firm fixed price and will adopt the lowest-priced, technically acceptable method for awarding, reinforcing the importance of submitting a complete offer. Key attachments include various documents like item lists and justification for brand-name specifications, emphasizing compliance with numerous regulatory guidelines throughout the procurement process.
    This document is a combined synopsis/solicitation for commercial services under solicitation number F3G5DA4270A001, prepared in line with the Federal Acquisition Regulation (FAR). It is a Request for Quotation (RFQ) directed at small businesses, specifically offering commercial items limited to Cisco brand products. The anticipated contract will be a Firm Fixed Price arrangement, with items listed in Attachment 3. Proposals are due by February 25, 2024, with a required delivery within 90 days of receipt of order to Nellis AFB, NV. Vendors must provide specific information including product specifications, SAM registration details, and contact information. The evaluation will select the lowest-priced, technically acceptable quote, and adherence to FAR 52.212-1 is mandatory for consideration. Importantly, current funding is not available for this solicitation, and contract obligations depend on future appropriations. The document also incorporates numerous provisions and clauses by reference, underscoring the complexity and regulatory requirements of the bidding process. Overall, the solicitation solicits competitive quotes while emphasizing compliance and funding conditions.
    Lifecycle
    Title
    Type
    549 CTS SVTC
    Currently viewing
    Solicitation
    Similar Opportunities
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command Africa is seeking quotes for the procurement of two Cisco Desk Pro Video Teleconferencing (VTC) systems under a total small business set-aside. This solicitation, identified by the number H92276-25-Q-0006, requires vendors to adhere to specific technical and shipping guidelines, with a focus on delivering technically acceptable bids at the lowest price. The Cisco Desk Pro units are essential for enhancing communication capabilities within military operations, particularly at Camp Lemonnier in Djibouti. Interested vendors must submit their quotes electronically to TSgt Bryton Lawson by March 3, 2025, ensuring compliance with all federal procurement regulations.
    video teleconferencing system
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a video teleconferencing system through a Combined Synopsis/Solicitation notice. This procurement aims to acquire a system that meets the audio and video equipment manufacturing standards, essential for enhancing communication capabilities within military operations. The selected contractor will be expected to provide a solution that aligns with the requirements outlined in the solicitation, emphasizing the importance of reliable video conferencing in facilitating effective collaboration among defense personnel. Interested small businesses are encouraged to reach out to Victor Quichocho at victor.f.quichocho.civ@army.mil or 719-366-8008, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and deadlines.
    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.
    Local Telecommunication Services (LTS) at Whiteman AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Local Telecommunication Services (LTS) at Whiteman Air Force Base in Missouri. The procurement aims to establish a managed Voice over IP (VoIP) solution, including the installation and activation of IP SIP trunks, with a performance period of five years starting March 1, 2025. This service is critical for ensuring continuous telecommunication support and operational reliability at the base, adhering to stringent military communication standards. Interested vendors must submit their quotations electronically by February 19, 2025, and can direct inquiries to Mitchell Lewter at mitchell.lewter@us.af.mil or Nathaniel Smith at nathaniel.smith.68@us.af.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    58--INTERCOMMUNICATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of intercommunication systems under the title "58--INTERCOMMUNICATION." The procurement requires compliance with specific quality assurance standards, military packaging, and bar coding, as well as adherence to various FAR and DFARS clauses. These intercommunication systems are critical for military operations, ensuring effective communication across various platforms. Interested vendors must submit their proposals by June 21, 2024, and can direct inquiries to Julie Smith at 717-605-5805 or via email at julie.smith2@navy.mil.
    Local Telecommunication Services (LTS) Conversion from LSTDM to SIP Trunking
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the conversion of Local Telecommunication Services (LTS) from LSTDM to SIP trunking at the Cheyenne Air National Guard Base in Wyoming. The objective is to provide 24/7 managed telecommunication services without any loss of capability, transitioning to a more modern and efficient system as mandated by the DoD. This procurement is critical for maintaining operational readiness and ensuring reliable communication services, with performance metrics including 99.9% service availability and strict outage notification timelines. Interested small businesses must submit their quotations by February 26, 2025, and maintain active registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Christopher Davalos at christopher.davalos.1@us.af.mil or 307-772-6887.
    Emcor Server Equipment Cabinets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Emcor Server Equipment Cabinets to support the establishment of mission control rooms at Edwards Air Force Base in California. The requirement emphasizes the need for compatibility with existing specifications to ensure functionality and maintenance across multiple mission control rooms, with a total estimated contract cost of $101,469. This procurement is particularly significant as it aims to standardize equipment across the facilities, preventing operational disruptions. Interested vendors, especially women-owned small businesses, must submit their offers by February 21, 2025, with the award date anticipated for February 18, 2025. For further inquiries, potential bidders can contact Victoria Escobar at victoria.escobar.3@us.af.mil or Christina Day at christina.day.6@us.af.mil.
    Cannon AFB - ClearCom Headsets
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the procurement of 50 Clear-Com "CCC-802064-120-M" headsets, as outlined in solicitation number FA485525Q0010. This procurement is set aside for 100% small businesses under NAICS code 334220, emphasizing the need for vendors to provide technical data, past performance information, and pricing in their quotations. The headsets are essential for communication in operational settings, ensuring effective coordination and safety among personnel. Quotations must be submitted by February 21, 2025, at 12:00 P.M. Mountain Time, and interested vendors should contact Mauro Madera at mauro.madera@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further details.
    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.