Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
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 Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services. This opportunity focuses on providing configuration, engineering, deployment, and sustainment support for an existing, modernizing Cisco VOIP solution, rather than procuring a new system. The goal is to integrate multiple remote sites and migrate legacy ISDN users to the enterprise VOIP deployment. This procurement is set aside for Women-Owned Small Businesses (WOSB).
Scope of Work
The contractor will provide expert guidance and support for the NSWCCD's Cisco VOIP system. This includes:
- Configuration, engineering, and formatting of the Cisco VOIP solution.
- Integration with existing network infrastructure and commercial systems.
- Deployment of VOIP devices, specifically hard phones, with the contractor assisting in placing approximately 25% of physical phones.
- Sustainment, troubleshooting, software updates, and ensuring security compliance.
- Migration of legacy ISDN-based users to the existing VOIP enterprise deployment.
- Architecture, design, and operational support to integrate multiple remote sites.
Key Requirements
Personnel must possess a Tier 5 (Secret) Personnel Security Investigation (PSI), with an Interim Top-Secret clearance and active Secret clearance being sufficient. They must also hold a Cybersecurity Workforce designation (e.g., CompTIA Security+ CE). On-site presence is mandatory Monday-Friday, 0730-1600 HRS, at West Bethesda, MD, and various primary/secondary detachments. Bidders must demonstrate at least one year of relevant experience and provide a transition plan. Deliverables include a Technical Data Package (VOIP Design) per MIL-STD-31000C, due 90 days after contract award, and Government Property Physical Inventory Count reports.
Contract Details
- Contract Type: Combined Synopsis/Solicitation, anticipated Firm Fixed-Price (FFP) purchase order.
- Period of Performance: A base period of one (1) year and four (4) one-year option periods. The configuration phase is expected until September 30, 2026, with sustainment continuing for the life of the contract.
- Set-Aside: Women-Owned Small Business (WOSB).
- NAICS Code: 517810 (Small Business Standard: $40M).
- PSC Code: DF01.
- Place of Performance: Bethesda, MD, and various detachments across the United States.
Submission & Evaluation
Quotes are due by 11:00 AM EST on January 30, 2026, and must be emailed to christopher.c.rolince.civ@us.navy.mil. Submissions must include company letterhead, pricing (rounded to the nearest whole dollar, including travel and shipping), Cage Code, FOB Destination, Point of Contact, GSA contract number (if applicable), and Business Size. Evaluation will be based on Lowest Price Technically Acceptable (LPTA), considering technical capability (personnel clearance, staffing within 10 days, on-site availability, experience, and transition plan) and price.
Important Dates & Notes
- Site Visit: December 09, 2025, from 0900-1100 at 9500 MacArthur Blvd, West Bethesda, MD.
- Questions Due: January 26, 2026, by 10:00 AM EST.
- Target Fully Deployed Date: December 31, 2027.