SOURCES SOUGHT: IT/Audio-Visual contract opportunity at Portsmouth Naval Shipyard
ID: PNSY400T-2228Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA
Timeline
    Description

    Sources Sought: DEPT OF DEFENSE, DEPT OF THE NAVY is seeking IT/Audio-Visual consulting services for the Portsmouth Naval Shipyard in Kittery, ME. The services will support IT upgrades to the Emergency Control Center (ECC) and include a Video Processing Solution, Cloud/Server Based Video Clipping Solution, and other applicable IT solutions. The consulting services will review current IT capabilities and make recommendations for upgraded or new capabilities. Contractors must have security credentials for access to the shipyard and ECC. The final report will identify IT systems reviewed and specify recommendations for sourcing capabilities. Installation work must be scheduled between 7:00AM and 3:00PM, Monday through Friday, with a required installation due date of 11/30/2024. Interested parties should submit their company information, including CAGE Code, and references of past similar contracts or orders to Hillary Kang-Parker by 5:30pm EST on Friday, October 13, 2023. Pricing information should not be submitted at this time.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    58--A/V Equipment
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    SEATEL DIRECT TO SAILOR (DTS) HDTV SYSTEM
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting offers for the installation of the SEATEL Direct to Sailor (DTS) HDTV System on military vessels, specifically to replace the existing TV-DTS system. This procurement requires contractors to provide all necessary materials, including antennas and switching equipment, and to adhere to strict safety protocols due to high voltage systems on-site, with an anticipated installation duration of approximately two weeks during the ship's availability. The contract is a firm, fixed-price type, with submissions due by 12:00 PM on January 27, 2025, and emphasizes small business participation, including provisions for service-disabled veteran-owned businesses. Interested contractors should contact Joseph Ibrahim at joseph.m.ibrahim.civ@us.navy.mil or Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil for further details.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    Contractor technical support, preventive maintenance, and corrective maintenance of ESS (SESSMP Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for contractor technical support, preventive maintenance, and corrective maintenance services for electronic security systems under the SESSMP Program. The procurement aims to ensure the reliability and functionality of security systems, which are critical for safeguarding sensitive information and facilities. Interested vendors must demonstrate qualifications, including Top Secret Facility Clearance and relevant technician certifications, with a strong emphasis on past performance and pricing in the evaluation process. Proposals are due by January 16, 2025, and inquiries can be directed to Justin Hall at justin.d.hall12.civ@us.navy.mil.
    TECHNICAL AND PROGRAM SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command, is soliciting proposals for technical and program support services to be performed at NAVSUP Fleet Logistics Center Norfolk in Suffolk, Virginia. The contract aims to provide comprehensive advisory services, requiring contractors to have a minimum security clearance of Secret and to adhere to specific wage determinations under the Service Contract Act, ensuring compliance with federal labor standards. This opportunity is critical for enhancing operational efficiency and support within the Navy, with proposals due by January 28, 2025, and a total estimated contract value of approximately $92.9 million. Interested parties should direct inquiries to William Spencer at william.p.spencer.civ@us.navy.mil or by phone at 757-206-2974.
    Temp HVAC - PNSY
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals for the rental of a temporary HVAC system to ensure proper ventilation and air quality in an industrial environment. The procurement aims to provide multiple HVAC units, chillers, pumps, and exhaust blowers, adhering to stringent technical and safety standards outlined in the attached Statement of Work. This initiative is crucial for maintaining a safe and effective work environment at the shipyard, with a focus on timely service and regular equipment inspections. Interested vendors must submit their quotes by January 22, 2025, at 3 PM ET, and are required to acknowledge receipt of the amendments to the solicitation. For further inquiries, potential bidders can contact David Agea at david.a.agea.civ@us.navy.mil or call 207-994-0614.
    Digital Video Surveillance System
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is preparing to release a Request for Proposal (RFP) for engineering and technical services related to the design, development, and implementation of a Digital Video Surveillance System (DVSS) for DDG Modernization and SCN Ships. This system is crucial for monitoring remote or unmanned engineering spaces and is already operational on new construction vessels such as the USS John Finn (DDG 113). The anticipated contract will be a Firm-Fixed-Price Supply/Services, Indefinite-Delivery-Indefinite-Quantity (IDIQ) single award, with an initial one-year period and four optional extensions, with contract awards expected in September 2024. Interested parties should monitor the Federal Business Opportunities website for updates and may contact Victoria Purcell at victoria.purcell.civ@us.navy.mil for further inquiries.
    R--Risk Assessment and Development
    Dept Of Defense
    Sources Sought: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541330, Engineering Services. The contract is for signals analysis lab support services. The Fleet Logistics Center Norfolk (FLCN) in Norfolk, Virginia is looking for information on qualified sources to derive a contract vehicle for financial improvement audit readiness document retention. The contract period is from August 1, 2018, to July 31, 2019. Interested parties should submit their responses by April 19, 2018, to heather.coleman@navy.mil. This is not a request for a proposal, and respondents will not be notified of the results.
    USFFC Headquarters Information Technology Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking industry feedback for Information Technology Support Services for the United States Fleet Forces Command (USFFC) Headquarters. This opportunity involves a Request for Information (RFI) aimed at gathering insights on industry capabilities and interest ahead of a potential procurement under NAICS code 541330 - Engineering Services. The IT support services are critical for ensuring operational readiness and effective communication within naval operations, with a contract duration of five years starting August 1, 2025, and extending through five option years. Interested vendors must register for the Industry Day event by January 23, 2025, and submit their responses to the RFI by February 5, 2024. For further inquiries, contact Samantha Miller at samantha.a.miller77.civ@us.navy.mil or John Hill at john.c.hill36.civ@us.navy.mil.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking qualified contractors for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration through a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) structure. This procurement aims to establish a competitive repository of qualified companies to fulfill various engineering services related to electronic countermeasures and quick reaction capability equipment. The U.S. Navy will host industry engagement sessions on January 23 and 24, 2025, in Washington D.C., providing an opportunity for interested companies to ask questions and provide feedback on the draft requirements. Interested parties should contact Alexander Gosnell or Matthew Brimmer for registration and further details, with a deadline for attendance registration set for January 17, 2025.