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
    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
    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.
    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.
    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.
    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
    Brand Name Requirement for GDP Best Source Selectors
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of two GDP Space Systems Model MD2267C-M16-G6-EN 16 Channel Diversity Combining / Correlating Best Source Selectors. These devices are critical for enhancing real-time data processing capabilities within new mission control rooms, improving the quality of mission data by reducing dropouts during telemetry signal processing. Interested vendors must submit their quotes, including completed provisions regarding telecommunications and video surveillance services, by the specified deadline, with all items required to be delivered within 120 days after receipt of the order. For further inquiries, interested parties can contact Shannon Canada at shannon.m.canada.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.
    Dept Of Defense
    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.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    SWITCHING GROUP,DIG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and maintenance of the Switching Group, DIG, under a federal contract. The procurement aims to ensure that the specified items are returned to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. This contract is critical for maintaining operational readiness and reliability of communication equipment used by the Navy. Interested vendors must submit their proposals by December 31, 2025, and can contact Sara Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil for further details.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    59--LOUDSPEAKER,PERMANE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of a permanent loudspeaker (NSN 5965013132470). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The loudspeakers will be utilized in various applications across CONUS and OCONUS DLA depots, emphasizing their importance in military communications and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available online at the DIBBS website.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Provide Prohibited/Restricted Signs at Range and Training Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of prohibited and restricted signs at various bombing ranges and training areas at Marine Corps Air Station Cherry Point, North Carolina. The project aims to enhance safety by clearly delineating restricted areas, specifically by placing "Unexploded Ordnance - Do Not Enter" signs at Raccoon Island, Maw Point, and Pamlico Point, with strict adherence to safety protocols and the requirement for UXO technicians. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by January 14, 2026, and a mandatory site visit scheduled for December 22, 2025. Interested contractors should contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    DISPLAY,MAN PORTBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the DISPLAY, MAN PORTBL under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of this equipment, with a focus on a Repair Turnaround Time (RTAT) of 76 days, emphasizing the importance of timely repairs for mission-critical assets. Interested contractors must provide detailed quotes including unit prices and RTAT, and are encouraged to submit proposals that allow for accelerated delivery. For further inquiries, potential bidders can contact Nicole Diehl at 717-605-5415 or via email at NICOLE.A.DIEHL.CIV@US.NAVY.MIL.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.