Skip to main content
File #: 26-094   
Status: Agenda Ready
In control: Finance - Enterprise Technology Services
Agenda Date: 3/26/2026 Final action:
Title: MOTION TO AWARD multiple open-end contracts to CDW Government LLC (first-level), Softchoice Corporation (second-level), Netsync Network Solutions, Inc (third-level), United Data Technologies, Inc (fourth-level), and Presidio Networked Solutions LLC (fifth-level), for standardized sole brand Cisco Products, Software and Services, Bid No. PNC2130814B1, for the Enterprise Technology Services Division and the Broward County Aviation Department, in the initial three-year aggregate estimated amount of $36,000,000, and authorize the Director of Purchasing to renew the contract for two three-year periods, for a nine-year estimated amount of $108,000,000.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goal Memorandum dated September 26, 2025, 3. Exhibit 3 - User Concurrence Signed January 26, 2026, 4. Exhibit 4 - Price Analysis
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  Stephen Farmer (Acting Director)

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO AWARD multiple open-end contracts to CDW Government LLC (first-level), Softchoice Corporation (second-level), Netsync Network Solutions, Inc (third-level), United Data Technologies, Inc (fourth-level), and Presidio Networked Solutions LLC (fifth-level), for standardized sole brand Cisco Products, Software and Services, Bid No. PNC2130814B1, for the Enterprise Technology Services Division and the Broward County Aviation Department, in the initial three-year aggregate estimated amount of $36,000,000, and authorize the Director of Purchasing to renew the contract for two three-year periods, for a nine-year estimated amount of $108,000,000.

 

body

Why Action is Necessary

In accordance with Broward County Procurement Code, Section 21.47, Award and Execution Authority, Board approval is required for awards with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract.

 

In accordance with Section 332.0075(3)(b), Florida Statutes, a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service large hub airport in excess of $1,500,000 as a separate line item on the agenda and must provide a reasonable opportunity for public comment. Such contracts may not be approved, awarded, or ratified as part of a consent agenda.

 

What Action Accomplishes

Provides for purchase of Cisco branded products, including software, service, maintenance and support.

 

Goal Related Icon(s)

County Commission

Go Green

MAP Broward

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION, THE FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT/ENTERPRISE TECHNOLOGY SERVICES DIVISION, AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) determined that no County Business Enterprise (CBE) participation goal should apply to this solicitation based on OESBD review of the products and services and availability of CBE firms (Exhibit 2).

 

This contract provides for the purchase of Cisco branded products, including software, service, maintenance and support, subscription services, hardware, and training for the County’s network system. Examples of Cisco branded products include network switches, routers, Voice over IP phones and SMARTnet maintenance support.

 

Cisco Systems, Inc. was standardized as a sole brand for network systems, voice and video, security, data center and mobility/wireless network, communication products, services, maintenance, support and accessories from certified resellers, by the Board on December 12, 2012 (Item No. 38). Cisco was reaffirmed as a sole brand standardization by the Board on March 7, 2024 (Item No. 28).

 

The award establishes a Qualified Vendor List (QVL) to provide Cisco branded products and services on an as-needed basis. The solicitation specified the award would be to a maximum of five responsive, responsible vendors. Vendors are designated as first-, second-, third-, fourth-, and fifth-level vendors, based on discount off list pricing for estimated quantities and types of products, and labor rates by position.

 

A purchase order will be issued to the first-level vendor when a purchase estimate is $100,000 or less. The other vendors (in order) will be issued purchase orders for such purchases only when the vendor(s) is(are) unable to perform.

 

When a purchase estimate exceeds $100,000, the County will issue a quotation request to approved QVL vendors, requesting rates, discount percentage, price, delivery information (number of days to deliver). The low, responsive responsible vendor to the quotation request will be issued a purchase order.

 

Pursuant to Section 21.51 of the Procurement Code, the Director of Purchasing is authorized to add vendors to the QVL (subject to appropriate competition and substantively identical qualifications requirements) and remove vendors that are no longer qualified or have been suspended or debarred.

 

The Enterprise Technology Services (ETS) Division reviewed the bids submitted by CDW Government LLC (CDW-G), Softchoice Corporation (Softchoice), Netsync Network Solutions, Inc (Netsync), United Data Technologies, Inc (UDT), and Presidio Networked Solutions LLC (Presidio) and concurs with the recommendations for award (Exhibit 3).

 

One County vendor performance evaluation was completed for CDW-G; the vendor has an overall performance rating of 4.92 out of possible rating of 5.0. One County vendor performance evaluation was completed for Presidio; the vendor has an overall performance rating of 4.58 out of possible rating of 5.0. Copies of the vendor performance evaluations are available upon request. No County vendor performance evaluations have been completed for Softchoice, Netsync and UDT.

 

The Purchasing Division reviewed the prices submitted by CDW-G, Softchoice, Netsync, UDT and Presidio and determined that the prices are fair and reasonable based on the price analysis (Exhibit 4).

 

The bid was advertised on October 27, 2025 and opened on November 20, 2025; eleven bids were received with no declinations (Exhibit 1).

 

The Recommendation for Award was posted on the Purchasing Division website. There was no protest filed against this procurement.

 

The amounts referenced in this agenda item were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount.

 

The contract for each purchase will consist of the County’s solicitation, the vendor’s responses, and (where applicable) the quotation request, response and purchase order.

 

Incumbent: Presidio Networked Solutions LLC, Contract Number and Title: R0754713R1, Cisco Equipment and Support Services, Contract Term: June 8, 2010 through June 6, 2025, Extension: June 7, 2025 through December 6, 2025, Monthly renewal thereafter until June 6, 2026. Expenditures to date: $113,949,110.

 

The initial contract period begins on date of award.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, 954-357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The open-end contract has an estimated amount of $108,000,000 over a potential nine-year period. The funds estimated for the current fiscal year are included in the current fiscal year budget.

 

Requisition No. ETS0003538