Procurement request for Voice Over Internet Protocol (VOIP) Support Services.

SOL #: N0016726Q1008Combined Synopsis/Solicitation

Overview

Buyer

BETHESDA, MD, 20817-5700, United States

Place of Performance

Bethesda, MD

NAICS

All Other Telecommunications (517810)

PSC

Support Services For It Management To Include Enterprise Architecture (Ea), Financial Management, And Strategic Planning. Ea Includes Services Supporting Business, Information, Application And Technical Architecture To Drive Standardization, Integration And Efficiency Among Business Technology Solutions. Financial Management Includes Services Involved In The Planning, Budgeting, Spend Management And Chargeback Of It Expenditures And The Costing Of It Products And Services. It Management And Strategic Planning Include Senior Professional And Administrative Support Services Facilitating Centralized It Strategy And Planning. (DF01)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Nov 25, 2025
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Jan 30, 2026, 4:00 PM

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 Surface Warfare Center Carderock Division (NSWCCD) is soliciting proposals for Voice Over Internet Protocol (VOIP) Support Services. This Women-Owned Small Business (WOSB) Set-Aside opportunity seeks to provide configuration, deployment, and sustainment for an already procured and partially deployed Cisco VOIP system. The goal is to migrate legacy systems and ensure compliance and functionality across NSWCCD locations. Proposals are due April 24, 2026, at 03:00 PM EST.

Scope of Work

NSWCCD requires expert support for its Cisco VOIP solution, including:

  • Configuration & Engineering: Integrating the system into the current network, including Unity Voicemail and 911 features. The configuration phase is expected to last until September 30, 2026.
  • Deployment: Migrating legacy ISDN-based systems and deploying hard phones (contractor to place approximately 25%). The target for full deployment, including all detachments, is December 31, 2027.
  • Sustainment & Maintenance: Routine maintenance, troubleshooting, software updates, and security compliance for the life of the contract.
  • Personnel: Minimum two Full-Time Equivalents (FTEs) are required from Day 1 (one VoIP Architect, one VoIP Engineer) for the base year and Option Year 1, transitioning to two VoIP Engineers for sustainment. Personnel must possess a Tier 5 (Secret) Personnel Security Investigation (PSI) (Interim Top-Secret with active Secret is sufficient) and Cybersecurity Workforce designation.
  • Locations: On-site support is required at West Bethesda, MD, and various primary and secondary detachments across the United States (e.g., Bayview, Olney, Dania Beach, Titusville, Memphis).

Contract Details

  • Type: Firm Fixed Price (FFP) purchase order is anticipated.
  • Period of Performance: One base year plus four one-year option periods.
  • Start Date: The delivery period for CLIN 0001 is scheduled to begin May 11, 2026.
  • Set-Aside: Women-Owned Small Business (WOSB).
  • NAICS: 517810 (Small Business Standard: $40M).
  • PSC: DF01 (IT Management Support Services).
  • DFARS Clause: DFARS Clause 252.204-7021, "Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement," has been added, and the PWS security requirements have been revised.
  • Deliverables: A Technical Data Package for VOIP Design (MIL-STD-31000C) is required 90 days after contract award. Travel costs must be fixed and included in the FFP, based on an attached table.

Submission & Evaluation

  • Submission Method: Email to christopher.c.rolince.civ@us.navy.mil.
  • Required Information: Company letterhead, pricing (rounded to nearest whole dollar), CAGE Code, FOB Destination, Point of Contact, GSA contract number (if applicable), and business size.
  • Evaluation: Lowest Price Technically Acceptable (LPTA), based on Price and Technical Capability/Approach.
  • Technical Capability: Requires Tier 5 security clearance, staffing capability within 10 days, on-site presence, at least one year of relevant experience, and a transition plan.
  • Acknowledgement: Offerors must acknowledge receipt of all amendments.

Key Deadlines

  • Proposals Due: April 24, 2026, at 03:00 PM EST.
  • Questions Cut-off: January 30, 2026, 5:00 PM EST (this deadline has passed).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 9
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 8, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Jan 5, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 4, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 25, 2025
View