TIERED SMALL BUSINESS SET-ASIDE FOR forty-five (45) Virtual Contact Center (VCC) Software Licenses
ID: W911QX26QA011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the U.S. Army Research Laboratory (ARL), is soliciting proposals for forty-five (45) Virtual Contact Center (VCC) software licenses to support Tier 1 and Tier 2 Help Desk operations. The procurement is structured as a tiered small business set-aside, which will transition to full and open competition if no acceptable offers are received from responsible small businesses. The VCC system must be a web-based, cloud-hosted application compatible with major browsers, featuring essential functionalities such as call management, reporting tools, and integration capabilities, with a performance period starting January 1, 2026, and lasting through December 31, 2026, along with two optional years. Proposals are due no later than three business days after posting by 11:59 AM EST, and interested parties should contact Myoung J. Kang-Jones at myoung.j.kang-jones.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Research Laboratory (ARL) is soliciting proposals for 45 Virtual Contact Center (VCC) software licenses to support Tier 1 and Tier 2 Help Desk operations. This is a tiered small business set-aside, meaning it will convert to full and open competition only if no acceptable offers are received from responsible small businesses. The contract includes a base year (January 1, 2026 - December 31, 2026) and two option years, each for 45 licenses. Proposals are due three business days after posting by 11:59 AM EST, and the evaluation criterion is Lowest Price Technically Acceptable. Offerors must provide their business size and socioeconomic categories. Past performance will not be evaluated due to the low complexity of the supplies.
    This government solicitation outlines the evaluation criteria for awarding a contract based on the Lowest Price Technically Acceptable (LPTA) method. The primary factors for evaluation are technical acceptability and price. Technical acceptability requires offerors to demonstrate that their proposed product meets all specified performance characteristics and specifications, providing comprehensive descriptive materials. Modifications to products must be clearly described. Past performance will not be evaluated due to the low complexity of the supplies being purchased. Price will be assessed based on the total proposed cost, including any options.
    This government file, W911QX26QA011, outlines the provisions and clauses for a Firm Fixed Price (FFP) contract, likely a federal RFP. Key contacts for the ACC - APG include Contract Specialist Myoung-Ju Kang-Jones and Contracting Officer Phillip Amador. The Technical Point of Contact will be determined at the time of award. Government inspection and acceptance will occur at the U.S. Army Research Laboratory (ARL). The contract includes options for CLINs 0002-0003 and explicitly states that subscription and software platform services cannot extend beyond the performance period without an exercised option or new contract. Maryland sales and use tax exemption certificate number 30005004 and ARL's Federal Tax ID 53-0215803 are provided. Payment instructions refer to DFARS PGI 204.7108(b)(2) and require electronic submission via Wide Area WorkFlow (WAWF) using a "Combo 2n1- Invoice" document type for fixed-price line items. Payment terms less than net thirty (30) days are unacceptable, and no award will be made until appropriated funds are available. The document mandates various DFARS commercial clauses, including those related to whistleblower rights, safeguarding defense information, prohibition of hexavalent chromium, Buy American provisions, and restrictions on items from Communist Chinese military companies and the Maduro Regime. It also details prohibitions on covered telecommunications equipment/services (e.g., Huawei, ZTE, Hikvision) and ByteDance applications (TikTok) as per FAR 52.204-24, 52.204-25, 52.204-26, and 52.204-27. Item identification and valuation using unique item identifiers (IUID) are required for items with a unit acquisition cost of $5,000 or more, or as specified. Offerors employing foreign nationals must submit documentary evidence of employment eligibility.
    The Army Research Laboratory (ARL) requires a Virtual Contact Center (VCC) System with 45 software licenses to provide Tier 1 and Tier 2 help desk support for one year, with two optional years (PoP: 1/1/2026 – 12/31/2026). The VCC system must be a web-based, cloud-hosted customer support application compatible with Chrome and Edge, requiring only a web browser, internet access, and a headset. Key functionalities include built-in dashboards, native ServiceNow integration, queue visibility, caller ID, Single Sign-on, FAQ/help sections, call management (abandoned, missed, on hold), number porting, warm handoff, customized message recording, IVR, ACD, and SBR capabilities. The system must also offer reliable and scalable solutions for various contact center operations. Reporting requirements include average call times, call/email volumes, agent statistics (answered calls, handle times, phone state, sign-in/out), and supervisor tools with real-time, historical, and custom report builders. The system must allow for customized reporting formats and the ability for both customer and vendor to remove outlier calls from statistics. The vendor must respond to general support requests within 24 hours and work stoppage/outages within 2-4 hours.
    Lifecycle
    Similar Opportunities
    DA10--Department of Veterans Affairs- Data Call Centers - RFI
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking industry input through a Request for Information (RFI) regarding the consolidation of its decentralized contact centers into a more efficient system. The objective of this initiative is to streamline operations, enhance customer experience, and reduce costs while managing over 60 million calls annually. Interested vendors are invited to provide detailed responses addressing their technical capabilities, corporate experience, and compliance with set-aside requirements, with submissions due by December 16, 2025, at 1:00 PM EST. Responses should be sent via email to Contract Specialist Joshua Fitzmaurice and Contracting Officer Mina Awad, with a maximum file size of 5 MB and a page limit of 15 pages.
    Citrix Brand Name Virtual Apps / Software Subs
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for Voice Over Internet Protocol (VOIP) Support Services, with a focus on Women-Owned Small Businesses (WOSB). The procurement aims to provide comprehensive engineering support for the Cisco Call Manager system, including configuration, implementation, and integration into existing network infrastructures at various NSWCCD locations. This contract will be structured as a firm-fixed-price purchase order, encompassing a base year and four option years, with quotes due by 11:00 AM on December 19, 2025. Interested parties are encouraged to attend a site visit scheduled for December 9, 2025, in Bethesda, Maryland, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    Interview platform software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure interview platform software through a contract managed by the W6QM MICC-WEST POINT office. This opportunity involves a Justification and Approval for Award, indicating a specific need for software that facilitates business application and application development as a service within the IT and telecom sector. The procurement is crucial for enhancing operational efficiency and streamlining interview processes within the department. Interested vendors can reach out to Stephanie Nickolan-Barron at stephanie.l.nickolan-barron.civ@army.mil for further details regarding this opportunity.
    FY23 AFCENT Sentinel Secure Chat Solution
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the FY23 AFCENT Sentinel Secure Chat Solution. This procurement aims to acquire a secure chat solution that falls under the category of IT and telecom business application software, which is critical for enhancing communication security within military operations. The selected contractor will be responsible for providing a perpetual license software solution that meets the stringent requirements of the Air Force. Interested parties can reach out to Christina Crawley at christina.crawley.3@us.af.mil or Michael Adams at michael.adams.106@us.af.mil for further information regarding this opportunity.
    VISN 12 Spok MediCall Migration
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the migration of the Spok MediCall System at the Madison VA Medical Center from the Nippon Electronics Corporation (NEC) Voice system to the Cisco Unified Call Manager (UCCM). This procurement is a brand name requirement, emphasizing the need for specific technology to ensure seamless communication services within the facility. The successful contractor will play a crucial role in enhancing the medical center's telecommunication capabilities, which are vital for patient care and operational efficiency. Interested parties can reach out to Chante Frith at chante.frith@va.gov or Matthew Truex at Matthew.truex1@va.gov for further details regarding this opportunity.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    MicroFocus Fortify Software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.