This is a COMBINED SYNOPSIS/SOLICITATION for commercial SERVICES prepared in accordance with the information in FAR Parts 12 and 13 under the authority of 6.203 - Set-asides for small business concerns. This announcement constitutes the only solicitation; PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both Contract Opportunities (https://sam.gov/) and NECO (https://sso.navsup.navy.mil/). This is a Request for Quotations (RFQ). The solicitation number is N0018926QZ039. The proposed contract action is for commercial SERVICES. The NAICS code is 238210 and the Small Business Standard is $19 Million. A firm-fixed-price (FFP) type contract is contemplated. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk - Pentagon Directorate intends to solicit SMALL BUSINESSES to uninstall existing whiteboards and to install HDMI CABLES, 6-75-INCH COMMERICAL TELEVISIONS, 10 LOGITECH RALLY BARS, AND THEIR APPLICABLE MOUNTING EQUIPMENT IN VARIOUS OPNAV CONFERENCE ROOMS/OFFICES LOCATED IN ARLINGTON, VIRGINIA 22204 IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT AND GOVERNMENT INSTRUCTION. All the applicable conference room equipment has already been purchased and is onsite. Interested quoters must submit a quote by the specified response date and include the ATTACHMENT VENDOR QUOTE SHEET as part of their quote. This notice of intent IS a request for quotes. The Government will not pay for information submitted in response to this notice. Line Items/CLIN Type/Description/Quantity/Unit of Issue: CLIN 0001 - FFP - OPNAV N1 Conference Room Tech Refresh - QTY 1 EACH Performance information: Customer POC: Government point of contact to be determined prior to award. Performance/Delivery: Performance/delivery is anticipated to occur at the customers facility unless otherwise specified in the Performance Work Statement (PWS) of the attached RFQ. The Performance of the required services is anticipated to occur within 7 days after award. The anticipated period of performance dates are listed below: CLIN 0001 - Installation requested 09 February 2026 through 13 February 2026. Responsibility and Inspection: FOB Destination applies. Unless otherwise specified in the resultant purchase order, the contractor is responsible for the performance of all inspection requirements and quality control. The Requirements Statement: See the attached RFQ N0018926QZ039 document for more detailed information. Clauses and Provisions: The following provisions and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. - 52.212-4, Contract Terms and Conditions -- Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items. Additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition are provided in the attached documentation. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. The solicitation closes at 12:00 PM EDT on Tuesday, 03 February 2026. All quotes shall be submitted in writing via email to Ms. Julia Ledbetter who can be reached at Julia.h.ledbetter.civ@us.navy.mil. Any quote attachments shall be in PDF or Microsoft Word or Excel formats as applicable. ******* End of Combined Synopsis/Solicitation *******