COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6765
Submitted by: Susan Madison
NAICS Code: 541519
FSC/PSC Code: DD01
Anticipated Date to be published in SAM.gov: 4 June 2025
Anticipated Closing Date: 11 June 2025
Contracts POC Name: Susan Madison
Telephone#: (540) 613-3296
Email Address: susan.h.madison.civ@us.navy.mil
Code and Description: DD01 – IT and Telecom – Service Delivery Support Services: Itsm, Operations Center, Project/pm (labor)
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017825Q6765 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the below one (1) each 5-Star Integrated Room maintenance – 1 Year Coverage and four (4) additional twelve (12) month option periods to follow, provided by Visual Systems Group, Inc. (VSGI) Solutionz, Inc. Visual Systems Group, Inc. (VSGI) Solutionz, Inc. is located in McLean, VA.
REQUIREMENTS LIST
Part Number Description Year Support Period
MNT-VSG-INTGRM5S12 5-Star Integrated Room Maintenance Base 13 August 2025 - 12 August 2026
1 Year Coverage
MNT-VSG-INTGRM5S12 5-Star Integrated Room Maintenance Option Year 1 13 August 2026 - 12 August 2027
1 Year Coverage
MNT-VSG-INTGRM5S12 5-Star Integrated Room Maintenance Option Year 2 13 August 2027 - 12 August 2028
1 Year Coverage
MNT-VSG-INTGRM5S12 5-Star Integrated Room Maintenance Option Year 3 13 August 2028 - 12 August 2029
1 Year Coverage
MNT-VSG-INTGRM5S12 5-Star Integrated Room Maintenance Option Year 4 13 August 2029 - 12 August 2030
1 Year Coverage
Decision Support Center (DSC) Video Teleconferencing (VTC) equipment is used to support meetings, conferences, and communications. This is follow-on maintenance support for sustainment of the DSC VTC system. The current maintenance support expires on 12 August 2025 and included 1 year support for all equipment associated within the DSC including remote troubleshooting for all equipment and software in conjunction with the manufacturers policies and procedures; next business day parts replacement for all VTC related equipment and standard parts replacement for all replacement parts that need replacement and are still supported by the manufacturer all while adhering to each manufacturers rules and regulations with regards to repair and replacement of equipment; and 24 x 7 x 365 support via toll free phone and email support with a 30 minute initial response time. Onsite support provided after remote troubleshooting occurs and technician will be onsite within 48-72 hours and one preventative maintenance trip that would be scheduled 7 days in advance. As the installer and programmer of the DSC VTC system, VSGI Solutionz, Inc. has the intimate knowledge of the installed equipment and support requirements and can continue to provide timely and accurate support of the equipment without time consuming modifications of the programming and support services. It has been determined that usage of another vendor would require system and equipment familiarization and additional custom programming activities that would void existing hardware warranties for the system programmed by VSGI Solutionz, Inc. This would also generate additional cost to the Government with additional re-certification visit costs by VSGI. This is a follow-on procurement for support and options for support currently in place. Proprietary programming data limits competition. In addition, without this support, it would negatively impact the department’s ability to continue to utilize the DSC for meetings, conferences, and communications throughout the department and NSWCDD.
Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Quote is due 11 June 2025, no later than 12:00 p.m. EST with an anticipated award date by 24 June 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to susan.h.madison.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6765 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
- Requirements List