CISCO FIREPOWER SECURE APPLIANCE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL) is soliciting quotations for Cisco Firepower Secure Appliances (4200 and 4215 series) and associated components. This is a Combined Synopsis/Solicitation (RFQ) issued under a Total Small Business Set-Aside. Quotes are due by February 9, 2026, at 3:00 PM EST.
Scope of Work
NRL requires the purchase of new, brand name or equal, Cisco Firepower Secure Appliances. The procurement includes specific models such as the Cisco Secure Firewall 4215 ASA Appliances, 4200 Series AC Power Supplies, ASA 9.20 Software, 1.8TB SSDs, Slide Rail Kits, Console Cables, Base Licenses, Fans, Network Module Blank Slot Covers, Strong Encryption modules, and 4X40G QSFP+ Netmods. All equipment must be new, covered by manufacturer's warranty, and vendors must be an Original Equipment Manufacturer (OEM), authorized dealer, distributor, or reseller, providing documentation of authorization. Maintenance renewals must begin on or after the contract award date.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541519 (Other Computer Related Services)
- PSC: 7B22 (Computing Hardware And Software Products For Servers And Converged Appliances...)
- Response Due Date: February 9, 2026, 3:00 PM EST
- Published Date: February 4, 2026
- Delivery: FOB Destination is preferred, with delivery to NRL locations in Washington, DC; Monterey, CA; and Stennis Space Center, MS.
Submission Requirements
Offerors must submit one copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. Documentation from the manufacturer confirming authorized distributor status for the specific items is required. Quoters must also state their acceptance of the solicitation's terms and conditions or list any exceptions with rationale. An active registration in the System for Award Management (SAM) database (www.sam.gov) is mandatory.
Evaluation Criteria
Award will be made based on the Lowest Price Technically Acceptable (LPTA) method. Offers will be ranked by price, and the lowest-priced offer(s) will undergo technical evaluation. If found technically acceptable and pricing is fair and reasonable, an award will be made. This process repeats until a technically acceptable and reasonably priced offer is identified.
Point of Contact
Marche Hampton, Purchasing Agent Email: Marche.t.Hampton.civ@us.navy.mil Phone: 202-923-1386