VOIP AND BROADBAND
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 Department of the Interior, Bureau of Reclamation, Upper Colorado Regional Office has issued a Solicitation (RFQ) for VoIP SIP Trunk and Broadband Services for its Elephant Butte Field Division in Truth or Consequences, NM. This requirement is to replace existing SIP services that are being discontinued. The acquisition is a 100% Small Business Set-Aside. Offers are due by March 20, 2026.
Scope of Work
The contractor will provide one commercially available VoIP SIP trunk, installed at the Elephant Butte Field Division office. Key deliverables include providing external dial-tone, porting specific Direct Inward Dialing (DID) numbers (e.g., 575.894.6661, 575.223.9910-9949), and coordinating the cut-over of existing services. Performance standards require 99.99% uptime, adequate bandwidth, low network latency, and minimal packet loss. The contractor must also offer 24/7/365 technical support and consultation, and send email notifications for system updates. The Bureau of Reclamation will continue to manage its Enterprise Cisco VoIP system and government-owned equipment (Cisco VoIP Gateway ISR 4331). Specific requirements include IP authentication, 10 Concurrent Call Paths (CCPs), and 911 reported address for all DIDs.
Contract Details
This procurement follows FAR Part 12 (Acquisition of Commercial Products and Commercial Services) and FAR Part 13 (Simplified Acquisition Procedures). The anticipated period of performance is a Base Year (April 1, 2026 – March 31, 2027) and four Option Years, extending the total term to 60 months through March 31, 2031. Payment will be made in arrears via the Invoice Processing Platform (IPP). The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses by reference, covering commercial items, SAM/CAGE maintenance, small business provisions, labor standards, Buy American Act, and electronic invoicing.
Submission & Eligibility
This opportunity is a 100% Small Business Set-Aside under NAICS code 517111 (Telecommunications) with a size standard of 1,500 employees. Offerors must be registered in SAM.gov. Quotations must include a description of the service, lead time for delivery after award, and a statement of ability to meet rapid response times for onsite maintenance. Evaluation criteria are not explicitly detailed in the solicitation document.
Key Dates & Contact
Offers are due by March 20, 2026, at 23:30 MD. The primary point of contact is Brittney Murphy at bmurphy@usbr.gov or 801-524-3834. The solicitation was published on March 16, 2026.