USNA Tripleplay (Uniguest) Renewal
ID: N0018924Q0701Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide a renewal of the Tripleplay digital signage and video-on-demand solutions at the U.S. Naval Academy (USNA) in Annapolis, Maryland. This procurement is focused on acquiring specific brand-name items without substitutions, as the existing system has been integral for nearly a decade in disseminating vital information across the campus, thereby minimizing operational disruptions and training needs. The solicitation is set to close on September 24, 2024, and interested parties must submit their quotes along with an authorized reseller letter from Uniguest, pricing, and shipping terms to be considered for this Firm-Fixed-Price contract. For further inquiries, vendors can contact Megan Evans at megan.m.evans18.civ@us.navy.mil or by phone at 757-443-1965.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for commercial supplies by the Naval Supply Systems Command, outlined under Request for Quotation (RFQ) number N0018924Q0701. The procurement utilizes Simplified Acquisition Procedures, requiring qualified vendors to provide specific brand-name items without substitutions. The solicitation includes a detailed schedule of required items, delivery specifications to the U.S. Naval Academy, and establishes a closing date for quotes on 24 September 2024. Key stipulations require quotes to be accompanied by pricing, shipping terms, an authorized reseller letter from Uniguest, and appropriate certifications regarding compliance with various federal regulations concerning telecommunications and procurement practices. The evaluation for award will consider both technical capability and price reasonableness, with emphasis placed on compliance with guidelines and the inclusion of required documentation. The purpose is to secure a Firm-Fixed-Price contract, with terms reflecting the government's commitment to supporting small businesses and maintaining standards for quality and reliability in acquisitions.
    The document discusses a sole source justification for procuring and continuing the use of Tripleplay's digital signage and video-on-demand (VOD) solutions at the U.S. Naval Academy (USNA). For nearly a decade, this system has been vital in distributing crucial information across a 350-acre campus to faculty, staff, and students. Transitioning to a different platform poses significant risks, including operational disruptions and resource diversion from academic missions. The existing system's compatibility with current infrastructure negates the need for training and minimizes potential service interruptions, especially during pivotal academic times. The justification references relevant Federal Acquisition Regulation (FAR) guidelines, indicating that the continued use of Tripleplay is essential for maintaining system integrity and efficiency. A contracting officer is tasked with confirming that only this one source meets the outlined needs, thus precluding full and open competition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    58--A/V Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    PowerSchool Intersect Solution License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, intends to award a sole source contract to PowerSchool Group LLC for the renewal of the Intersect Solutions subscription, a web-based college planning and engagement platform. This procurement aims to enhance the college readiness and engagement of high school students by integrating the college planning processes of students, parents, and guidance counselors into a cohesive database. The contract, valued at $335,375, will run from September 30, 2024, to September 29, 2025, with an anticipated award date of September 29, 2024. Interested parties must submit responses by September 23, 2024, and are required to register in the System for Award Management (SAM) for eligibility. For further inquiries, contact Cody Ellis at cody.c.ellis.civ@us.navy.mil or call 757-443-3801.
    MSC Hatteland Monitor Replacements
    Active
    Dept Of Defense
    The Department of the Navy, through the Military Sealift Command (MSC), is seeking quotations for the procurement of brand name Hatteland monitors and adapters, specifically the HD32T40MVD-MAX-C model, essential for maintaining operational capabilities on TAO Class vessels. This procurement is critical as the existing Hatteland models are being phased out, and the unique specifications necessitate the use of these specific monitors to ensure compatibility and operational safety. Interested vendors must submit their quotes electronically by September 23, 2024, with a required delivery date set for April 30, 2025, and can direct inquiries to Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    Brand Name Crystal Group OnBoard Trainer and Database Server Hardware
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia, is seeking qualified vendors to provide Brand Name Crystal Group On-Board Trainer and Database Server hardware. This procurement involves the acquisition of commercial computer system components, specifically eight units each of a Database Server and an On-Board Trainer, with strict adherence to the specifications outlined in the Statement of Work. These systems are critical for enhancing operational capabilities within the Navy, ensuring compliance with advanced technological standards. Interested vendors must submit their quotations by September 24, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Karen Morris at karen.l.morris49.civ@us.navy.mil or call 445-227-0069.
    LenelS2 Software and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the procurement of LenelS2 brand name Enterprise software and engineering support to enhance security systems at the Joint Region Marianas Naval Base in Guam. This firm fixed-price solicitation requires that all offerors be authorized distributors of LenelS2 products, registered in the System for Award Management (SAM) database, and compliant with the Trade Agreements Act (TAA). The procurement emphasizes the need for various services, including planning sessions, software migration, and on-site support, with a strict evaluation process focusing on the lowest price meeting the minimum acceptability standards. Interested parties must submit their quotes by September 23, 2024, to Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil, ensuring all items are brand new and compliant with the outlined requirements.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    BIG IP renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew their BIG IP software license. BIG IP is a business application software used in the IT and telecom industry. The procurement is a total small business set-aside and will be conducted on a firm fixed-price basis. The place of performance is Patuxent River, MD, and interested vendors must be registered in the System for Award Management (SAM) database. The procurement requires items to be covered under the manufacturer's warranty and must be TAA compliant. The deadline for submitting a brand name quote is 11/22/2023 by 5pm. All quotes/responses should be submitted via email to Annie Bohmann at annie.n.bohmann.civ@us.navy.mil.
    USCG Academy Audio/Video for Commencement Exercises
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide audio-visual services for the commencement exercises at the Coast Guard Academy in New London, Connecticut. The procurement includes the setup, operation, and breakdown of audio and video equipment, lighting, temporary power, and other necessary materials to ensure a high-quality presentation for approximately 2,475 guests during the ceremony scheduled for May 21, 2025. This contract is significant as it supports a major annual event, requiring compliance with federal standards and a focus on operational efficiency and aesthetic appeal. Interested small businesses must submit their proposals by October 24, 2024, with an estimated contract value of approximately $40 million for a base year, including options for four additional years. For further inquiries, potential bidders can contact Tyrone Minnifield at Tyrone.Minnifield2@uscg.mil or by phone at 206-815-3300.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    58--FLIGHT DECK MISSION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of spare parts under the title "58--FLIGHT DECK MISSION." This procurement focuses on audio and video equipment manufacturing, particularly intercommunication and public address systems for airborne applications. The goods are critical for maintaining operational readiness and ensuring effective communication on flight decks. Interested vendors can reach out to Dylan E. Payne at 215-697-2579 or via email at dylan.e.payne.civ@us.navy.mil for further details, as the procurement process is ongoing with no specific funding amount or deadline mentioned in the overview.