VOIP Licenses and POE Switches
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), part of the Department of the Navy, is seeking quotations for FY2026 VOIP Licenses and POE Switches, specifically Cisco networking and communication equipment. This is a Total Small Business Set-Aside combined synopsis/solicitation for commercial items. Quotations are due by March 26, 2026.
Scope of Work
NRL requires the purchase of VOIP Licenses and POE Switches. The procurement includes various Cisco Catalyst series switches (9200, 9300, 8300), Cisco DNA licenses (Advantage, Extend), Unity Connection, Unified Communications Manager licenses, ThousandEyes agents, and IOS XE licenses, along with associated accessories (power supplies, rack mount kits). All items must be new equipment, brand name or equal, and covered by the manufacturer's warranty.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 334111 (Computer Peripheral Equipment Manufacturing), Size Standard: 1250 employees
- PSC: 7A21 (Business Application Off The Shelf Software Delivered By Perpetual License)
- Quotations Due: March 26, 2026, 7:00 PM ET
- Published: March 23, 2026
Key Requirements
- Brand Name or Equal: Items must meet specifications of brand name or equal in accordance with FAR 52.211-6.
- New Equipment: Only new equipment is acceptable; no remanufactured or "gray market" items.
- Authorized Vendor: Offerors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and provide documentation from the manufacturer confirming authorization for the specific items.
- Warranty: All equipment must be covered by the manufacturer's warranty.
- Delivery: U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375. FOB Destination is preferred.
Submission & Evaluation
- Submission: Submit 1 technical and price quote via email. Include company DUNS Number and CAGE Code.
- Evaluation: Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award.
- Terms: Quoters must state acceptance of terms and conditions or list exceptions with rationale.
- SAM Registration: Offerors must have an active registration in SAM.gov.