VTC SUPPORT SERVICES
ID: N0017826Q6626Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for VTC Support Services under solicitation number N0017826Q6626. The procurement aims to provide maintenance support for Video Teleconferencing (VTC) equipment, ensuring operational efficiency and reliability in communication systems. This contract will be awarded on a firm fixed-price basis, covering a base year from November 1, 2025, to October 31, 2026, with two optional one-year extensions, making it crucial for ongoing support in government operations. Interested vendors must submit their proposals by October 29, 2025, and can direct inquiries to Carla McKown at carla.j.mckown.civ@us.navy.mil or by phone at (540) 500-9891.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document is an equipment list detailing various technology components, likely for a government RFP or grant related to audiovisual and networking infrastructure. Key items include Cisco Webex Codec Plus units, Cisco Webex Room Navigators, and associated power and network cables. The list also features LED displays, Biamp Tesira audio systems with ceiling microphones and loudspeakers, and specialized AV components such as an Inogeni HDMI to USB Capture Card, ROBOSHOT cameras, and an Extron 10x8 Seamless 4K Scaling Presentation Matrix Switcher. Networking and control elements include a C2G 4-Port USB 3.1 Over Cat6a Extender and an AMX NetLinx NX Integrated Controller with a Modero Tabletop Touch Panel. Power management is addressed with an AC Power Controller and a Middle Atlantic Products power strip. The comprehensive nature of the list suggests a project involving modern communication, presentation, and control systems for a facility.
    The document outlines the requirements for AGT PremierPlus Maintenance and one-year warranty coverage, detailing specific part numbers (AGT-PPLUS-1Y, AGT-PPLUS-OPTY1, AGT-PPLUS-OPTY2) and their corresponding support periods. The coverage includes a Base Year from November 1, 2025, to October 31, 2026, followed by two optional years: Option Year 1 from November 1, 2026, to October 31, 2027, and Option Year 2 from November 1, 2027, to October 31, 2028. This structure indicates a multi-year support plan, likely part of a federal, state, or local government RFP for continuous maintenance and warranty services.
    This government contract outlines unclassified work requirements, primarily addressing travel and the Government Technical Point of Contact (TPOC). Travel is not anticipated but, if necessary, must be minimal, coordinated with the TPOC, and adhere to Federal Travel Regulations (FTR). The document emphasizes that the work itself is unclassified and sets guidelines for how travel, if it occurs, should be managed within the contract's scope.
    This government solicitation, N0017826Q6626, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide VTC System Support. The contract, issued by NSWC Dahlgren, covers a base year from November 1, 2025, to October 31, 2026, with two one-year options, extending the total duration to October 31, 2028. Services include maintenance support for VTC equipment as per the Statement of Work, under a Firm Fixed Price arrangement. The document outlines detailed terms for commercial supplier agreements, invoicing via Wide Area WorkFlow (WAWF), inspection and acceptance procedures, delivery schedules, and numerous FAR and DFARS clauses governing areas such as safeguarding contractor information systems, small business programs, labor standards, and anti-trafficking measures. The NAICS code for this acquisition is 541519, with a size standard of 500 employees, specifically identifying it as a WOSB set-aside opportunity.
    Lifecycle
    Title
    Type
    VTC SUPPORT SERVICES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    COMPUTER SUBASSEMBL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of COMPUTER SUBASSEMBL units. The procurement aims to ensure the operational readiness of critical communication equipment by requiring contractors to provide comprehensive repair services, including addressing any damages or missing components, with a Repair Turnaround Time (RTAT) of 410 days. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their proposals via NECO or email by December 17, 2025, and can reach out to BUC Owen McNamara at 215-697-3473 or via email at owen.m.mcnamara2.civ@us.navy.mil for further details.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    Valkyrie Enterprises, LLC (Cage 4TGX1) LTC Renewal
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole source contract for the LTC renewal of multiple National Item Identification Numbers (NIINs) from Valkyrie Enterprises, LLC (Cage 4TGX1). This procurement is critical as Valkyrie Enterprises is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for the specified repair parts, which are essential for maintaining operational readiness. The solicitation emphasizes that all responsible sources may submit a capability statement or proposal, although the government intends to award the contract to the approved source without delay for new approvals. Interested parties must submit their qualifications via email to Patrick Horan at patrick.j.horan23.civ@us.navy.mil within 45 days of the publication date of this notice.