DEV MODE

Important Dates


Posted Date: 04/24/2025

Response Date: 05/21/2025

Archive Date: 06/05/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


COMDESRON 2 VTC Supplies, Installation, and Maintenance Services

Solicitation Number:

N0018925Q0251

Primary NAICS:

334310 - Audio and Video Equipment Manufacturing

Notice Type:

Combined Synopsis/Solicitation

Location:

Norfolk Virginia 23511 USA

Set Aside:

SBA

Description


COMBINED SYNOPSIS & SOLICITATION

Pursuant to the authority at FAR 12.603(c)(2):

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

(ii) The solicitation number for this is N0018925Q0251 and will be issued as a request for quotation (RFQ).
 

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
 

(iv) The Government intends to negotiate a firm-fixed-price (FFP) contract for VTC supplies with installation and maintenance services. The associated NAICS code is 334310 with a small business size standard of 750 employees.
 

(v) Line items are detailed as follows:

LINE ITEM:  0001

DESCRIPTION:  VTC Supplies

EXTENDED DESCRIPTION:  VTC Supplies and Installation IAW the PWS

QTY:  LOT

UNIT OF ISSUE: 1

LINE ITEM:  0002

DESCRIPTION:  Maintenance of Equipment

EXTENDED DESCRIPTION:  Maintenance of Equipment IAW the PWS Maintenance Services - Base Period

QTY:  Year

UNIT OF ISSUE: 1

LINE ITEM:  1001

DESCRIPTION:  Maintenance of Equipment

EXTENDED DESCRIPTION:  Maintenance of Equipment IAW the PWS Maintenance Services – Option I Period

QTY:  Year

UNIT OF ISSUE: 1

LINE ITEM:  2001

DESCRIPTION:  Maintenance of Equipment

EXTENDED DESCRIPTION:  Maintenance of Equipment IAW the PWS Maintenance Services – Option II Period

QTY:  Year

UNIT OF ISSUE: 1

LINE ITEM:  3001

DESCRIPTION:  Maintenance of Equipment

EXTENDED DESCRIPTION:  Maintenance of Equipment IAW the PWS Maintenance Services – Option III Period

QTY:  Year

UNIT OF ISSUE: 1

LINE ITEM:  4001

DESCRIPTION:  Maintenance of Equipment

EXTENDED DESCRIPTION:  Maintenance of Equipment IAW the PWS Maintenance Services – Option IV Period

QTY:  Year

UNIT OF ISSUE: 1


 

(vi) This requirement is for VTC equipment, installation, and ongoing maintenance services of the equipment in support of Commander Destroyer Squadron Two (COMDESRON 2).
 

(vii) The required maintenance Period of Performance (POP) will be a base year plus four (4) option periods.  The PLACE OF PERFORMANCE is:

COMDESRON 2

9727 Avionics Loop Norfolk, VA 23511

 FOB Destination will be used. 

A MANDATORY site visit is scheduled for 14 May 2025 at 10:00 AM (EST). On 14 May 2025, for those that do not have base access, attendees will be required to bring a completed/printed 5512 with their full SSN and two forms of ID to include proof of citizenship (certified birth certificate or Passport) to Naval Station Pass & ID Office. Please give yourself enough time to gain base access to attend the site visit. Once they obtain their Day Pass, site visitors can drive themselves on Naval Station Norfolk and report directly to the "DESTROYER SQUANDRON" entrance of building located at 9727 Avionics Loop, where the site visit will begin promptly at 10:00AM. There is a three (3) person limit for each interested vendor. Vendors not present for the site visit will not be considered eligible for award. Vendors must provide their own personal protective equipment (PPE), including hard hat, safety goggles, and hard-toed shoes for the site visit. Provide yourself adequate time to arrive to the site visit location on time.

Day Pass Location: Naval Station Norfolk Pass & ID Office

Day Pass Location Address: 9040 Hampton Blvd, Norfolk, VA 23505

  • 5512 Form (completed by each individual)
  • Base visitors must be U.S. Citizens
  • A background investigation will be run on each individual
  • No additional site visits will be scheduled

All vendors interested in attending the site visit must provide names of attendees in advance by emailing Contract Specialist Elysia Allen at elysia.m.allen2.civ@us.navy.mil NO LATER THAN 01:00 PM (EST), 7 May 2025:

Please provide the following for each individual attending:

1. Name

2. Company Name

3. CAGE Code

Clarifications of the Statement of Work may be asked at the site visit.  All other questions must be submitted in writing by email NO LATER THAN 11:00 AM EST, 15 May 2025. All questions after the site visit will be answered in writing and posted with the solicitation.


 


 

All clauses and provisions applicable to this requirement are included in the attached "Clauses and Provisions", Attachment 1.  “Clauses and Provisions to be signed”, Attachment 2, clauses not completed in the company’s SAM Reps & Certs shall be signed and returned with the vendor’s quote. 

The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition.

All quotes are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. Quote shall provide list of parts/supplies that will be used and lead time for completion of work to determine technical acceptability. Quote pricing will include any costs needed complete the work as outlined in the PWS, including any associated costs with accessing the site. Contractor must be able to gain base access.

The individual to contact for information regarding this solicitation is stated in the posting.

ATTACHMENTS:

  1.  Clauses and Provisions
  2.  Clauses and Provisions to be signed
  3.  Performance Work Statement/Statement of Work
  4. 5512 Form
  5. Wage Determination 

Contact Information


Elysia Allen

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?