DIGITAL SIGNAGE
ID: N0017825Q6746Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a stand-alone on-premises digital signage solution. This procurement includes the supply, installation, and maintenance of digital signage systems, with a firm-fixed price arrangement for various service categories such as equipment installation and ongoing support. The project is critical for enhancing communication and information dissemination within the facility, and all materials must comply with the Trade Agreements Act (TAA). Interested vendors must submit their quotes by April 21, 2025, and are encouraged to attend a site visit on April 9, 2025, to better understand the requirements. For further inquiries, vendors can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 6:05 PM UTC
The Technical Data Package (TDP), defined by number DI-SESS-80776B and approved on August 1, 2019, serves as an authoritative technical description essential for the acquisition and production of specific items. The TDP encompasses various technical data, including engineering design data, performance requirements, and quality assurance provisions. It is intended to ensure effective item performance and is structured according to the guidelines specified in MIL-STD-31000B. The document outlines requirements for TDP elements, which must follow a designated format as specified in contracts. Key content categories include conceptual to product engineering design data, commercial and special equipment design data, software documentation, and quality assurance provisions. Specific details required are thorough and cover aspects such as performance ratings, dimensional data, calibration requirements, and inspection criteria. This Data Item Description supersedes the previous version and emphasizes the importance of providing complete and clear information for effective logistics and engineering processes in government contracts. The document highlights essential TDP components while also ensuring compliance with federal specifications for government-related projects.
Mar 26, 2025, 6:05 PM UTC
The document outlines the requirements and responsibilities for a contractor engaged in integrating a government-provided Wireless Hotspot and related hardware and software. The contractor must ensure a twelve-month work guarantee, provide next business day on-site maintenance for 36 months, and manage updates per OEM standards for the same duration. The contractor is responsible for safeguarding government property, maintaining workplace safety by keeping tools and equipment secured, and conducting operations during specified hours. Essential government-furnished items include one flat panel display, a wall mount, and the Wireless Hotspot device, with access to the work site provided by the government. Security measures require an escort for all contractor employees while performing unclassified work. Additionally, travel may be necessary, particularly to Virginia Beach, VA, with all travel plans needing coordination with a designated technical point of contact. The document serves as a Request for Proposals (RFP) detailing the expectations for contractor performance in a government project, emphasizing compliance, safety, and coordination.
Mar 26, 2025, 6:05 PM UTC
The document outlines the data requirements for a contract concerning technical data and drawings associated with a digital signage project, including detailed instructions for submission and compliance. It specifies that the public reporting burden is estimated at 110 hours per response and emphasizes the necessity of adhering to submission deadlines. Furthermore, it includes distribution guidelines and approval processes for technical content.
Mar 26, 2025, 6:05 PM UTC
The document is a Request for Quotation (RFQ) related to the procurement of digital signage equipment and services by the Naval Surface Warfare Center (NSWC), Dahlgren. The RFQ outlines the requirements for supply, installation, and maintenance of digital signage systems, specifying a firm-fixed price arrangement for various service categories, including equipment installation, professional integration, travel, shipping, and ongoing support. The document emphasizes the need for compliance with federal acquisition regulations and contains clauses regarding warranties, data rights, and invoicing procedures. Contract terms stipulate that the government must receive a full standard commercial warranty from the contractor and holds the data rights for all generated data. Additionally, the RFQ outlines inspection and acceptance criteria, delivery schedules, and invoicing instructions through the Wide Area Workflow (WAWF) system, aiming at establishing clear communication and efficiency in contract execution. The RFQ reflects a structured approach to ensuring quality and compliance through explicit clauses and regulations applicable to government procurement processes.
Lifecycle
Title
Type
DIGITAL SIGNAGE
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
IC/SM Alarm Panel
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure five IC/SM Alarm SWBDs with 20 modules from Dynalec Corporation on a sole source basis. This procurement is critical for enhancing shipboard alarm and signal systems, ensuring compliance with government specifications and operational readiness. Interested vendors must submit their quotes by April 28, 2025, at 2:00 PM EST, including necessary documentation such as published price lists or past invoices, and all inquiries should be directed to William Henry Morton via email at william.h.morton39.civ@us.navy.mil.
BRAND NAME MANDATORY MK70 Scanners
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of MK70 Scanners through a combined synopsis/solicitation. This opportunity is aimed at acquiring commercial items under a firm fixed price (FFP) purchase order, with a focus on ensuring compliance with Federal Acquisition Regulation (FAR) guidelines and promoting inclusivity by encouraging bids from economically disadvantaged and women-owned businesses. The selected vendor will be evaluated based on technical specifications and pricing, with quotes due by May 9, 2025, at 10:00 AM EST. Interested vendors should submit their proposals to Jodi Fields at jodi.l.fields.civ@us.navy.mil, including essential company information such as DUNS number and Cage Code.
Digital Integrated Launch and Recovery Television Surveillance (DILARTS) Systems
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the Digital Integrated Launch and Recovery Television Surveillance (DILARTS) Systems. This procurement aims to enhance surveillance capabilities for launch and recovery operations, focusing on audio and video equipment manufacturing as outlined under NAICS code 334310. The DILARTS systems are critical for ensuring operational safety and efficiency in naval aviation environments. Interested small businesses must submit their proposals by 5:30 PM EST on May 23, 2025, and can direct inquiries to Kelly Gray at kelly.e.gray13.civ@us.navy.mil or by phone at 732-323-2287.
COMDESRON 2 VTC Supplies, Installation, and Maintenance Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the supply, installation, and maintenance of video teleconferencing (VTC) equipment for Commander Destroyer Squadron Two (COMDESRON 2) in Norfolk, Virginia. The procurement includes a firm-fixed-price contract for VTC supplies, with a base period of performance of 12 months and four optional yearly extensions, aimed at enhancing operational capabilities through upgraded audio-visual systems and ongoing maintenance services. This initiative is critical for ensuring the effective communication and operational readiness of Atlantic operational units. Interested vendors must attend a mandatory site visit on May 14, 2025, and submit their proposals by the specified deadline, with inquiries directed to Elysia Allen at elysia.m.allen2.civ@us.navy.mil.
Strategic Communication Visual Arts and Signage Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for Strategic Communication Visual Arts and Signage Services at the Natick Soldier Systems Center in Massachusetts. The contract involves the production and installation of visual arts and signage for the newly constructed SFC Monti Research Facility and renovated Building 4, with a focus on adhering to Army branding and communication standards. This initiative is crucial for enhancing navigation and the aesthetic appeal of the facilities, thereby reinforcing the Army's commitment to creating functional and visually engaging environments. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Alexander M. Ponusky or Timothy Konetzny via their provided email addresses.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
Phantom Cameras
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Phantom T4040 cameras and associated equipment from Vision Research, Inc. This acquisition aims to replace outdated camera systems with new technology that meets specific form, fit, and function requirements, ensuring compatibility with existing accessories and maintaining high-quality data collection capabilities. The equipment is critical for advanced cinematography applications within government projects, emphasizing the need for compliance with federal regulations, including TAA compliance. Proposals are due by December 2, 2024, with an anticipated award date of January 2, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at (540) 742-8050 for further information.
RFQ for the Production and Installation of Graphics and Fabric Prints on Walls
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting bids for the production and installation of graphics and fabric prints on walls for a new exhibit at the Naval Academy Prep School in Newport, Rhode Island. The project aims to highlight the 250-year history of the Navy, showcasing the contributions of sailors, and requires contractors to provide all necessary labor and materials for the fabrication and installation of wall graphics and framed fabric prints, utilizing high-resolution materials supplied by the Naval War College Museum. Interested contractors must have a minimum of five years of experience in fabricating museum exhibits, with the selection process prioritizing technical proposals over pricing. Quotes must be submitted by 2:00 PM EST on May 1, 2025, and any questions regarding the solicitation should be directed to Ms. Shere Reese at shere.c.reese.civ@us.navy.mil by April 29, 2025.
GNAT SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division, is seeking proposals for the procurement of GNAT SWM software from AdaCore Technologies Inc. This combined synopsis/solicitation, identified as N0017825Q6756, requires vendors to provide GNAT Pro Enterprise Software Support licenses, with a license period from June 1, 2025, to May 31, 2026. The procurement is critical for ensuring compliance and operational efficiency within government activities, and it is important to note that this opportunity is not set aside for small businesses. Interested parties must submit their quotations by April 30, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, vendors can contact Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.