Leyard and Planar Knowledge Wall Maintenance
ID: N0060425Q4020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Fleet Logistics Center in Pearl Harbor, is seeking qualified small businesses to provide maintenance and repair services for the FCC Knowledge Wall video and audio systems utilized by the Commander of the Pacific Fleet (COMPACFLT). The contractor will be responsible for regular maintenance, emergency repairs, and spare parts management for Planar systems, ensuring operational readiness of critical communication systems. This initiative underscores the importance of reliable audiovisual support in military operations, with a contract structured as a Firm-Fixed Price order for a base year and four 12-month options. Interested parties should contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil for further details and must submit their quotes electronically by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications required for government solicitations pertaining to commercial products and services as part of federal RFPs. It emphasizes the need for offerors to complete annual representations and certifications electronically through the System for Award Management (SAM) and details various definitions crucial to compliance, such as "small business concern," "women-owned small business," and more. The provision requires offerors to acknowledge their business classifications and certifications, including the use of telecommunications equipment, child labor laws, and adherence to specific regulations tied to federal funding. Additionally, it addresses certifications concerning corporate taxes, prior contracts, the prohibition against certain business operations in Sudan, and compliance with sensitive technology regulations related to Iran. By providing comprehensive representations, the document ensures that offerors are transparent about their compliance with federal regulations, which is essential for maintaining integrity and accountability in government contracting processes.
    The document outlines various clauses applicable to federal government contracts, specifically focusing on compliance, operational standards, and regulatory requirements. It includes provisions related to compensation for former Department of Defense (DoD) officials, whistleblower rights, cybersecurity measures per NIST standards, and the prohibition of contracting with entities linked to the Maduro regime. It also details requirements for small business set-asides, labor standards, and environmental considerations, reflecting adherence to federal legislation such as the Service Contract Labor Standards. The clauses ensure contractors follow rules on equal opportunity, employee rights, payment processing, and transparency in operations. By listing clauses incorporated by reference, the document emphasizes the need for contractors to be aware of regulatory obligations and the potential impact on contractual performance. Overall, it serves as a comprehensive guide for contractors navigating the complexities of federal contract compliance, ensuring they understand the regulatory framework essential for federal procurement processes.
    This document is a combined synopsis/solicitation for maintenance and repair services for video wall components associated with COMPACFLT, specifically designated for small businesses. The RFQ number is N0060425Q4020, and it adheres to regulations found in FAR and DFARS provisions. The contract action will be a brand name-only set-aside for authorized Leyard and Planar service providers with certified technicians. The Fleet Logistics Center in Pearl Harbor seeks qualified providers to submit quotes for regular maintenance, emergency repairs, and other related services. The contract will be structured as a Firm-Fixed Price order with a base year and four 12-month options. Technical acceptability will be determined under a Lowest Priced Technically Acceptable evaluation, requiring quoter statements affirming compliance with the performance work statement (PWS). Quotes must include pricing details, contractor information, and must be submitted electronically by the specified deadline, adhering to strict submission guidelines, including email size limitations. This solicitation underscores the government's commitment to utilizing small businesses for specialized service contracts while ensuring transparent procurement practices.
    The Commander of the Pacific Fleet (COMPACFLT) seeks a contractor for comprehensive maintenance and repair services of the FCC Knowledge Wall video and audio components, operational 24/7. Upgraded in 2019, these components are currently under warranty but lack a formal maintenance contract, resulting in delays for repairs. The contractor must cover regular maintenance, emergency repairs, and manage spare parts inventory for Planar systems, including video wall panels and cabling. Performance requirements include monthly inspections, rapid response to emergencies, and timely handling of non-emergency issues. All contractor personnel must be U.S. citizens with a SECRET security clearance. The contract specifies that contractors cannot perform inherently governmental functions and must clearly identify themselves as contractor employees. Base access protocols, quality control measures, and government-furnished property requirements are detailed within the proposal. This document serves as a performance work statement to ensure timely and efficient support for critical communication systems within the Pacific AOR, highlighting the importance of operational readiness and maintenance efficiency in military contexts.
    The document outlines a government request for proposals (RFP) related to the procurement of specific equipment, including LED modules and cabinets from the Planar DLX-1.2 series. The solicitation, titled "N0060425Q4020," specifies a quantity of 16 LED tile units and 4 cabinets, detailing part numbers, acquisition costs, and delivery timelines. The LED module has an acquisition cost of $1,219.50 per unit, while each cabinet is priced at $5,472.00. Serial numbers for each item are recorded to ensure tracking and accountability. This request emphasizes transparency and accountability in the procurement process, as required by federal regulations, and highlights the government's ongoing commitment to upgrading technological infrastructure through strategic purchasing initiatives.
    The document appears to be an error message indicating that the viewer cannot display the type of file provided. It does not contain any substantive information regarding federal RFPs, grants, or state and local opportunities. The message suggests that users upgrade their Adobe Reader to access the contents properly. The focus appears to be solely on troubleshooting the inability to view the document rather than conveying specific details or key points related to government contracts or funding opportunities. As such, no analysis or summarization of actual content can be provided, as there is no relevant data to summarize from the contents of the file.
    The document outlines the Wage Determination No. 2015-5689 under the Service Contract Act (SCA) by the U.S. Department of Labor. It establishes minimum wage rates and fringe benefits for various occupations involved in federal contracts, emphasizing compliance with Executive Orders 14026 and 13658, which set minimum wages of $17.75 and $13.30 respectively, depending on contract dates and renewals. A comprehensive list of occupations and their corresponding wage rates is provided, covering administrative support, automotive, food service, health occupations, and more. The document also highlights additional worker benefits, such as health & welfare, vacation, holidays, and sick leave entitlements under associated Executive Orders. Specific conformance procedures for unlisted job classifications are detailed to ensure proper wage classification and compliance. The overarching purpose is to ensure fair wages and working conditions for federally contracted employees, aligning with regulatory requirements. This document serves as a key resource for contractors responding to government RFPs and grants by specifying required compensation across job classifications to ensure compliance with federal labor standards.
    The RFQ N0060425Q4020 Amendment 2 addresses an inquiry regarding product certifications for the FCC Knowledge Wall. The question raised was whether certifications from Leyard, the parent company of Planar, are required, given that the primary focus is on Planar products. The official response clarifies that only certifications related to Planar products are necessary, as these are the sole products in use for the project. This document emphasizes the specificity of product requirements in government procurement and contracts, highlighting the importance of adhering strictly to outlined product specifications without necessitating broader certifications from associated companies. Overall, this amendment serves to streamline the certification process for bidders, reducing potential confusion regarding eligibility requirements while ensuring compliance with the project's needs.
    The Commander Pacific Fleet (COMPACFLT) seeks to engage a contractor for ongoing maintenance and repair of its FCC Knowledge Wall video and audio systems. Established in 2019 and currently under a manufacturer warranty, these systems lack a formal maintenance contract, leading to delays in addressing issues. The contractor will provide regular maintenance, emergency repairs, and parts management for various equipment components, including Planar DirectLight LED panels and associated cabling. Key performance requirements include monthly site inspections, emergency response within two hours during business hours, and reporting on maintenance activities. Contractor personnel must hold a SECRET security clearance due to the operational environment's sensitivity. Qualifications include being an authorized Planar partner with trained technicians. The work location is at the COMPACFLT Fleet Command Center in Pearl Harbor, HI. The contract process aligns with federal RFPs, emphasizing effective service delivery for critical military operations within stipulated safety and operational protocols. Overall, this initiative reflects the government's effort to enhance operational readiness through reliable audiovisual support systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    766 ESS SVTC Conference Room Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and upgrade of a Secure Video Teleconferencing (VTC) system at Joint Base Pearl Harbor-Hickam in Hawaii. The project aims to modernize existing VTC capabilities to enhance secure communication for military operations, requiring the contractor to provide secure VTC functionalities on both NIPR and SIPR networks, install related audio-visual equipment, and ensure compliance with Defense Information Systems Agency standards. This procurement is crucial for improving mission efficiency and secure communications within the military, with a total small business set-aside under SBA guidelines. Interested parties should contact Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil for further inquiries, with a project completion timeline of 180 days post-award and a delivery expectation set for September 30, 2025.
    58--LCD,FLAT PANEL DISP, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the repair and modification of flat panel display units. This procurement aims to ensure the operational readiness and functionality of critical communication equipment used by the Navy. The goods and services sought are vital for maintaining effective communication systems, which play a crucial role in naval operations. Interested vendors can reach out to Heather Jones at 717-605-4866 or via email at HEATHER.JONES2@NAVY.MIL for further details regarding the solicitation process.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.
    58--A/V Equipment
    Buyer not available
    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.
    59--PROCESSOR UNIT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of processor units. This procurement aims to ensure the operational readiness and reliability of audio and video equipment, specifically focusing on headsets, handsets, microphones, and speakers, which are critical for communication systems within military operations. Interested vendors should note that the primary contact for this opportunity is Joseph K. Pace, who can be reached at 215-697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further inquiries. Details regarding the funding amount and submission deadlines have not been specified in the provided information.
    FMS REPAIR FOR THE COUNTRY OF KU
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting bids for the evaluation and repair of a signal data processor specifically for military applications related to the F-18 platform. This Request for Quotation (RFQ) outlines the need for contractors to adhere to strict military specifications regarding preservation, packaging, and marking, as well as compliance with quality management and inspection requirements. The procurement is crucial for maintaining the readiness and serviceability of military equipment, ensuring that all repairs meet government standards. Interested contractors must submit their quotations by March 11, 2025, and can direct inquiries to John Maier at john.a.maier11.civ@us.navy.mil.
    CABLE ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting quotes for the procurement of a specialized cable assembly. The requirements include adherence to specific fabrication protocols and timely delivery to DLA Distribution at Pearl Harbor, with submissions due by January 8, 2025. This procurement is significant as it ensures the availability of essential electrical components necessary for military operations, and it is set aside for small businesses, promoting competitive bidding. Interested vendors must submit their quotes via email to Contracting Officer Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil, ensuring compliance with all solicitation terms and conditions.
    58--INTERCOMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of intercommunication systems. This procurement focuses on audio and video equipment manufacturing, particularly for airborne intercommunication and public address systems, classified under the NAICS code 334310 and PSC code 5831. These systems are critical for effective communication in military operations, ensuring reliable connectivity in various airborne platforms. Interested vendors can reach out to Kimberly Flores at 215-697-6549 or via email at KIMBERLY.FLORES@NAVY.MIL for further details regarding the solicitation process.
    59--AMPLIFIER,AUDIO FRE - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of audio frequency amplifiers and other replacement parts. The procurement involves the repair of circuit card assemblies, which are critical components in various naval systems, ensuring operational readiness and functionality. The contract will adhere to strict quality assurance standards and requires compliance with specific military specifications, with a required delivery date set for December 31, 2026, or earlier. Interested vendors can reach out to Sarah E. Ream at 717-605-6457 or via email at SARAH.E.REAM.CIV@US.NAVY.MIL for further details.
    59--AMPLIFIER,AUDIO FRE - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of audio frequency amplifiers and other replacement parts. The procurement aims to ensure the operational readiness of critical electronic systems by maintaining and repairing circuit card assemblies in accordance with established quality standards and specifications. These components are vital for various naval applications, contributing to the overall effectiveness of military operations. Interested contractors should note that the required delivery date for all items is December 31, 2026, and can reach out to Sarah E. Ream at 717-605-6457 or via email at SARAH.E.REAM.CIV@US.NAVY.MIL for further details.