Cisco Systems Phones
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) in Washington, DC, is seeking to purchase Cisco Systems Phones and associated equipment. This is a Request for Quote (RFQ) issued as a Total Small Business Set-Aside on a Firm-Fixed-Price (FFP) basis. Award will be made to the quoter offering the Lowest-Priced, Technically Acceptable (LPTA) solution. Quotations are due by May 7, 2026, at 4:00 PM ET.
Scope of Work
This procurement is for new Cisco Systems Phones and related accessories. The requirement specifies "Brand Name or Equal" items. The attached document, "Cb. IOA.pdf," details the specific equipment needed, including:
- Cisco IP Phone 8861, TAA, Charcoal (CP-8861-K9++=): 8 units
- IP Phone power transformer for 8800 series (CP-PWR-CUBE-4=): 8 units
- Power Cord, North America (CP-PWR-CORD-NA=): 8 units
- No Radio 8832 base TAA in charcoal (CP-8832-NR-K9++): 8 units
- Cisco 8832 non-PoE Ethernet Accessories (CP-8832-ETH): 8 units
- Cisco 8832 Wired Microphones Kit (CP-8832-MIC-WIRED=): 8 units
Contract & Timeline
- Opportunity Type: Request for Quote (RFQ) / Combined Synopsis/Solicitation
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 517111 (Small Business Size Standard: 1500 employees)
- PSC Code: DG11 (Telecom Access And Other Usage Billing Services)
- Response Due: May 7, 2026, 4:00 PM ET
- Published Date: May 1, 2026
- Place of Performance: U.S. Naval Research Laboratory, Washington, DC 20375
Requirements for Bidders
- All equipment must be new and covered by the manufacturer's warranty.
- Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller.
- Offerors are required to submit documentation from the manufacturer stating their authorization for the specific items being procured.
- An active registration in the System for Award Management (SAM) database (www.betasam.gov) is required.
Evaluation Factors
Award will be based on the Lowest-Priced, Technically Acceptable (LPTA) methodology, evaluating:
- Price: Quotes will be assessed for fairness and reasonableness.
- Technical: The Government will evaluate the quoter’s capabilities to provide supplies in accordance with the solicitation and specifications. Offers will be rated as "Acceptable" or "Unacceptable." The lowest-priced technically acceptable offer(s) will receive the award.
Submission Instructions
Quotations, including both technical and price information, must be submitted via email to the Purchasing Agent, James Chappell, at james.e.chappell2.civ@us.navy.mil. Quotations should include: Open Market or GSA Federal Supply Schedule (FSS) pricing, expiration date of quoted prices, contractor’s Federal Tax I.D., CAGE code, DUNS number, payment terms (Net 30 unless otherwise stated), company’s published price list (if available), and estimated shipping and handling. Questions concerning the RFQ are due NLT ____ business days after the RFQ was sent (specific date not provided).