BLDG 3139 CAMERA SYSTEM UPGRADE
ID: N0017425Q1040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

CAMERAS, MOTION PICTURE (6710)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide an upgrade to the camera system at Building 3139 in Indian Head, Maryland. This procurement involves the supply and installation of various audio-visual equipment, including Axis cameras, microphones, and speakers, to enhance remote monitoring capabilities for the safe management of explosive waste. The total award amount for this contract is capped at $250,000, and the solicitation is set aside for small businesses, with a strong emphasis on participation from women-owned and economically disadvantaged women-owned small businesses. Interested vendors must submit their quotes by June 20, 2025, at 1:00 PM EST, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or by phone at 301-744-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a government contract focusing on the procurement of commercial products and services to support the upgrade of the Strauss Avenue Thermal Treatment Plant (SATTP) audio-visual system at the Naval Surface Warfare Center (NSWC) Indian Head Division. It specifies requirements for various audio-visual equipment, including cameras, microphones, and speakers, with a total award amount capped at $25,000,000. Vendors are required to provide quotes and are mandated to deliver the equipment within 8-12 weeks following award. The solicitation emphasizes the importance of utilizing small businesses, particularly women-owned and economically disadvantaged women-owned small businesses. Additionally, it includes comprehensive security, inspection, and payment instructions while enforcing compliance with occupational safety standards. The contract administration details, including points of contact and clauses incorporated by reference, underscore the procedural and regulatory framework governing the solicitation. Overall, the document serves as a formal invitation for competitive bids, adhering to federal contracting guidelines.
    The Strauss Avenue Thermal Treatment Plant (SATTP) is seeking an upgrade to its audio-visual system to enhance remote monitoring for the safe burning of excess explosive waste. The document outlines the scope of work, specifying the required equipment, including various Axis cameras, microphones, speakers, and an NVR, as well as related installation hardware. Vendors are required to submit a quote for the listed items and ensure delivery within 8 to 12 weeks upon contract award. Notably, only small businesses are eligible to participate in the bidding process. Additionally, stringent access requirements are established for vendors entering the NSWC IHD facility, emphasizing that they must be U.S. citizens and complete necessary identification procedures for base access. The outlined requirements and specifications reflect the federal interest in maintaining safety protocols during the management of explosive materials.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    (W16) Brand Name Mandatory for Procure EDS system
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for Voice Over Internet Protocol (VOIP) Support Services, with a focus on Women-Owned Small Businesses (WOSB). The procurement aims to provide comprehensive engineering support for the Cisco Call Manager system, including configuration, implementation, and integration into existing network infrastructures at various NSWCCD locations. This contract will be structured as a firm-fixed-price purchase order, encompassing a base year and four option years, with quotes due by 11:00 AM on December 19, 2025. Interested parties are encouraged to attend a site visit scheduled for December 9, 2025, in Bethesda, Maryland, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Photography, Photocopy & Microfilm Equipment
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for photography, photocopy, and microfilm equipment. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    59--HEADSET-MICROPHONE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 92 headset microphones under solicitation number NSN 5965014390793. This procurement aims to establish an Indefinite Delivery Contract (IDC) for audio and video equipment, with a guaranteed minimum quantity of 13 units and an estimated total order value of $350,000 over the contract's term of one year. These headset microphones are critical for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    59--HEADSET-MICROPHONE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 71 headset microphones under solicitation number NSN 5965014461533. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum quantity of 10 units and an estimated four orders per year. These headset microphones are crucial for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Savit D1-EOD Kit
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the procurement of the Savit D1-EOD Kit, which consists of 19 distinct parts essential for explosive ordnance disposal operations. The procurement is structured as a Request for Quotation (RFQ) and requires the delivery of specific components manufactured by Savit Corp, including items such as the 'Thumb Plate' and 'Universal Controller Case,' with quantities ranging from 20 to 55 units for each part. This equipment is critical for ensuring the safety and effectiveness of military operations involving ordnance disposal, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotations by December 12, 2025, with an anticipated award date of January 15, 2026; for further inquiries, contact Ashlee Wesley at ashlee.wesley@navy.mil or 540-742-8849.