COMDESRON 2 VTC Supplies, Installation, and Maintenance Services
ID: N0018925Q0251Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

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

    The Department of Defense, specifically the Naval Supply 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, installation services, and ongoing maintenance, with a base year and four optional renewal periods to ensure the operational capability of audiovisual systems. This initiative is crucial for enhancing communication and operational efficiency for naval units both ashore and afloat. 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the clauses and provisions incorporated by reference in a federal Request for Proposals (RFP) pertaining to contracts for commercial products and services. It details clauses that govern the conduct and requirements for contractors, including standards for identity verification, system maintenance, labor conditions, and restrictions against engaging with certain entities. Key provisions address telecommunications equipment, compliance with labor standards, and the requirement to disclose ownership structures and potential conflicts of interest. Specific attention is given to prohibitions against the use of covered telecommunications systems and requirements regarding subcontracting with small business concerns. The overarching purpose of these clauses is to establish standards for integrity, transparency, and compliance while fostering fair competition in federal contracting. The document serves as a comprehensive guideline for offerors, ensuring adherence to federal regulations and emphasizing responsible contracting practices.
    This government file contains clauses and provisions related to telecommunications and video surveillance services and equipment necessary for proposals (RFPs) and grants. Key sections address the representation and prohibition of "covered telecommunications equipment or services" linked to national security risks, particularly from entities like Huawei and ZTE as defined under the John S. McCain National Defense Authorization Act. Offerors must specify whether they provide or use such equipment, and detailed disclosures are required if they do. Furthermore, a representation regarding corporate tax liabilities or felony convictions is mandated to ensure compliance and integrity. Definitions, procedures for reviewing excluded parties, and requirements for disclosing equipment or services linked to critical technology and safety standards are also outlined. These provisions are critical to safeguarding government interests and national security by ensuring that contractors do not engage with entities posing threats to U.S. interests.
    The Performance Work Statement outlines a contract for COMDESRON 2 to upgrade its video teleconferencing (VTC) and audiovisual (AV) systems, alongside a 12-month maintenance service for the new equipment. The contractor is responsible for several tasks, including replacing existing displays with larger screens, installing new cameras and AV components, and enhancing connectivity features within the conference room. Maintenance services will include remote technical support, timely on-site response following help desk inquiries, regular software updates, and an online portal for issue reporting. The initial contract will last for one year, with options for annual renewals for ongoing service and support, ensuring that the AV and VTC systems operate efficiently for Atlantic operational units. The overall objective is to facilitate effective communication and operational capability both ashore and afloat. The document emphasizes the importance of maintaining optimal performance of these systems for daily missions.
    COMDESRON 2 is seeking contractors to upgrade and maintain video teleconferencing (VTC) and audio-visual (AV) systems at their Norfolk, VA facility. The contract entails a base period of 12 months, with four optional yearly extensions. Key services include replacing existing displays with larger models, installing an AI motion camera, and implementing a service program for ongoing equipment maintenance. Additionally, contractors must provide renewal of manufacturer maintenance entitlements, remote technical support available 24/7, and a two-business day onsite response for urgent issues. The installation of a new AV-over-IP system and an online portal for incident reporting and business reviews are also required. Overall, this project is part of COMDESRON 2's mission to enhance operational capabilities for Atlantic operational units by ensuring peak performance of their VTC and AV infrastructure. The communication points of contact for this RFP are provided for interested vendors.
    The document addresses the mandatory site visit requirement stated in a Request for Quotation (RFQ). It emphasizes that, regardless of prior visits to the space, attendance at the scheduled site visit is essential for interested companies. This policy is intended to ensure that vendors can view the space accurately and consider potential changes that may have occurred since their last visit. Additionally, the presence of vendors during this visit allows for the clarification of any questions or ambiguities directly related to the RFQ. Overall, the main purpose of this stipulation is to guarantee that all prospective bidders possess a comprehensive understanding of the site, ensuring accurate and competitive pricing in their proposals.
    The government solicitation document outlines requirements for upgrading audiovisual (AV) systems in a conference room setting. Key details include the bid submission deadline via SAM.gov, equipment compliance with the Trade Agreements Act (TAA), and specifications for installation technicians to gain timely base access post-award. The desired AV upgrades encompass the installation of new displays, with two 86-inch displays in the front, and options for 75-inch or 65-inch displays on the sides. A new lectern equipped with an integrated rack is to replace existing furniture. Contractors need to be responsive, offering annual preventive maintenance and a 48-hour service response time. The government does not require AI cameras, Bluetooth or wireless capabilities, or new digital signage, despite requests for replacing old displays. Cost considerations extend to requiring detailed pricing for all specified items, as partial quotes will not be entertained. The contracting process will follow a lowest price technically acceptable (LPTA) basis, factoring in past performance only if concerns arise. Overall, this document emphasizes the technical details, operational requirements, and compliance expectations crucial for potential contractors in the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    Commercial telephone services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide commercial telephone services in support of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). The procurement aims to replace existing Time Division Multiplexing (TDM) services with modern telephony solutions across seven key Naval installations, including locations in Florida, Illinois, Pennsylvania, and Virginia, while supporting approximately 20,560 endpoints with advanced features such as Automatic Call Distribution and integration with Next Generation 911 infrastructure. Interested businesses are invited to submit a Statement of Capabilities by January 6, 2026, detailing their qualifications and proposed solutions, with the anticipated contract type being an Indefinite-Delivery, Indefinite-Quantity contract starting around February 1, 2027. For further inquiries, interested parties may contact James Keegan or Samantha Miller via their provided email addresses.
    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.
    TERMINAL,VOICE COMM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the TERMINAL, VOICE COMM equipment. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 100 days after receipt of the asset. This equipment is critical for maintaining communication capabilities within the Navy, underscoring its importance in operational readiness. Interested contractors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, adhering to the specified requirements and deadlines outlined in the solicitation.
    VOYAGE REPAIRS (VR)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for Voyage Repair (VR) services for the USNS SHIP (T-AKE). The procurement involves specific tasks such as exterior weather deck handrail replacement and various preservation and modification activities, which are to be executed under a Firm Fixed Price contract. These services are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the required standards during their voyages. Interested contractors must submit their quotes by January 26, 2026, with the work scheduled to take place in Portsmouth, UK, from April 7 to April 21, 2026. For further inquiries, potential bidders can contact Antonella De Fraia Frangipane at Antonella.defraiafrangipane.ln@us.navy.mil or Estevan Glatt at estevan.e.glatt.mil@us.navy.mil.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    USNS CODY SEA FLIR230 Camera Repair
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking technical services for the repair of the USNS CODY's Forward Looking Infrared Camera System. The procurement involves a firm-fixed-price contract with General Dynamics Mission Systems as the sole-source vendor, emphasizing the need for OEM technical expertise due to proprietary rights and critical equipment status. This repair is vital for maintaining operational readiness and safety, with the performance period scheduled from January 19-23, 2026, at Joint Expeditionary Base Little Creek, Virginia. Interested parties must submit their quotes by 9:00 AM EST on December 30, 2025, and can contact Kimberly Hutchison or Tony Lanzarotta for further information.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    FY26 NNSY Job Fair Rental Space
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking proposals for the rental of a venue space to host a Career Fair on January 24, 2026, in either Chesapeake or Portsmouth, Virginia. The venue must accommodate between 700 to 1,000 attendees and provide a minimum of 12,000 square feet, including specific requirements such as private interview areas, tables, chairs, and necessary technical support like high-speed Wi-Fi and printing services. This opportunity is set aside for small businesses, with a Firm Fixed Price Single Award Contract anticipated, and quotes are due by 8:00 A.M. EST on December 22, 2025. Interested vendors should contact Aletha Nunley or Denise Swain for further details and ensure they are registered in SAM to participate in the procurement process.
    NORFOLK HARBOR TUGS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking information from qualified vendors regarding the procurement of tug services for Norfolk Harbor. This Sources Sought notice aims to identify potential sources capable of providing navigational services to shipping, particularly in the context of marine charter transportation. Tug services are critical for ensuring safe and efficient maritime operations in busy ports, such as Norfolk, Virginia. Interested parties are encouraged to reach out to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil or by phone at 156-422-64538, or the secondary contact, Yvonne Escoto, at yvonne.escoto.civ@us.navy.mil or 564-230-3497, for further details regarding this opportunity.