NSWCCD requires onsite support to configure, format, and maintain the Voice of Internet Protocol (VOIP) system to support telecom services at the West Bethesda site and detachments.
ID: N00167-CR-2026-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

All Other Telecommunications (517810)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Naval Surface Warfare Center, Carderock Division (NSWCCD), part of the Department of Defense, is seeking qualified contractors to provide onsite support for the configuration, formatting, and maintenance of its Voice over Internet Protocol (VOIP) system at the West Bethesda site and its detachments. The primary objective is to replace an aging ISDN and VOIP system to ensure compliance and functionality for telecommunications, with a focus on integrating a Cisco VOIP solution while minimizing operational impact during deployment. This procurement is set aside for Women-Owned Small Businesses (WOSB) under NAICS Code 517810, with a size standard of $40 million, and interested parties must submit their capabilities statements and approved SBA WOSB certification by 3:00 PM Norfolk, VA time on October 27, 2025, to Chris Rolince at christopher.c.rolince.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center-Carderock Division (NSWCCD) requires contractor support for the installation and maintenance of a Voice over Internet Protocol (VOIP) system across its West Bethesda site and detachments. This Performance Work Statement outlines a base one-year period with four one-year option periods. The contractor will configure a Cisco VOIP solution, provide expert guidance, assist with deployment, and offer sustainment services including maintenance and troubleshooting. Key objectives include configuring the system to integrate with NSWCCD's unique infrastructure, deploying it with minimal operational impact, and providing ongoing maintenance and support. Personnel requirements include a VOIP Architect and Engineer with Top-Secret clearance and specific cybersecurity designations. The contractor must adhere to safety, security, and operational requirements, including mandatory training and safeguarding government-furnished property. This is a non-personal services contract, and the contractor will not perform inherently governmental functions.
    This document is a Contract Data Requirements List (CDRL) for a federal government project, specifically detailing a requirement for a "Technical Data Package" for a "VOIP System." It outlines the data item number (0001), title, and subtitle ("VOIP Design"), referencing MIL-STD-31000C as the authority for data acquisition and PWS Para 3.1 for contract reference. The document also specifies distribution requirements, indicating that the Technical Point of Contact (TPOC) and alternate TPOC will be identified at the time of award. This CDRL is a standard form used in government contracting to define specific data deliverables from a contractor, ensuring compliance and proper documentation throughout the project lifecycle.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download, or to seek further assistance at http://www.adobe.com/go/acrreader. The document clarifies trademark information for Windows, Mac, and Linux. This is not an RFP, grant, or other government file content, but rather a technical message for resolving a display issue.
    The Naval Surface Warfare Center, Carderock, has issued a Sources Sought Notice for onsite support to configure, format, and maintain its Voice over Internet Protocol (VOIP) system at the West Bethesda site and its detachments. This is not a solicitation but a request for capabilities statements to gauge industry interest and experience. The procurement will be a Women-Owned Small Business (WOSB) set-aside under NAICS Code 517810 (All Other Telecommunications), with a size standard of $40 million. Interested companies must demonstrate relevant experience and provide their approved SBA WOSB certification at the time of quote submission. Responses, preferably by email, are due by 3:00 PM Norfolk, VA time on October 27, 2025, to Chris Rolince. The notice includes attachments such as CDRL 0001, CDRL 0002, and the Performance Work Statement (PWS).
    Similar Opportunities
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    Local and Long-Distance Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This procurement is specifically aimed at small businesses, as it is a 100% Small Business Set-aside, and the work is critical for maintaining communication infrastructure at the facility. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via email. For further inquiries, Rishi Mathur can be reached at rishi.m.mathur.civ@us.navy.mil or by phone at 215-600-9078.
    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.
    Code 104- Guess Wi-Fi
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking a qualified vendor to provide a fixed-price service contract for upgrading its network infrastructure to support a 10GbE commercial circuit. The primary objectives include the procurement of essential services such as Public DNS, an SSL Certificate, and professional engineering support from a Cisco CCIE for 60 hours annually, with RX3 Communications, Inc. identified as the intended sole-source provider. This upgrade is crucial for enabling guest users to connect to the RDT&E Guest Wi-Fi network, facilitating internet access for visitors using personal devices. Interested parties can reach out to Rene Valdivia at rene.e.valdivia.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further information, with the contract period set from December 1, 2025, to November 30, 2028.
    R426--Northport Switchboard/Dispatch Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Switchboard and Dispatch Services at the Northport VA Medical Center in Northport, NY. The procurement aims to secure a Firm Fixed Price contract for comprehensive switchboard operations, including the management of telephone operators and emergency dispatchers, utilizing Cisco Webex and Finesse systems, with coverage required 24/7, including federal holidays. This service is critical for ensuring timely and efficient communication within the medical center, particularly for emergency situations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications, including professional capabilities and references, by November 21, 2025, at 12:00 PM via email to Clifford.Harrison@va.gov, as this Sources Sought Notice will inform the acquisition strategy.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    IT and Telecom
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.