Customized Digital Podiums
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) intends to procure three (3) customized digital podiums under a Firm Fixed Price contract. This opportunity is a Total Small Business Set-Aside. The podiums are required to be cyber secure compliant, featuring integrated digital displays for dynamic content presentation. Responses are due by March 26, 2026.
Scope of Work
This solicitation is for the procurement of three customized digital lecterns with specific hardware security standalone requirements, engineered to be cyber secure compliant. These lecterns will feature integrated digital displays for dynamic content presentation, including slides and video for public affairs and command-wide event-driven communications. Key requirements include:
- Podium Specifications: Flat or slanted work surface, cabling grommets, microphone flange cutout, front-recessed monitor display for portrait-oriented 43" UHD (3840x2160) display, gooseneck halogen light with dimmer, internal adjustable shelving, passive ventilation, floor access panel, and locking swivel carpet casters.
- Aesthetics: Walnut wood finish with matching aesthetic in color, grain, and texture.
- Technology: Digital media player capable of H.264, MOV, AVI files up to 1080p resolution from USB or SD card, and an 18-19" gooseneck microphone.
- Services: Delivery of a fully functional digital podium on-site with components securely mounted, testing and programming of the system, and owner/end-user training.
- Dimensions: Specific drawings (Figure 1 and Figure 2) illustrate preferred dimensions for two types of podiums, guiding vendors on desired size specifications.
- Unique Item Identification: Required for items with a Government unit acquisition cost of $5,000 or more, as detailed in DFARS 252.211-7003.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 449110 (Size Standard: $25 Million)
- Period of Performance: Delivery on or before April 28, 2026.
- Response Due: March 26, 2026, by 5:30 PM EST.
- Published: March 11, 2026.
Submission & Evaluation
- Submission Method: All responses must be sent to Brooke Steele at brooke.a.steele3.civ@us.navy.mil.
- Evaluation Criteria: Lowest priced technically acceptable quote. Offers must be on the basis of furnishing all units of all items to the specifications.
- Registration: Offerors must be registered in the System for Award Management (SAM).
Additional Notes
Phone calls will NOT be accepted. Payment will be made via Wide Area WorkFlow (WAWF). Contact Information:
- Solicitation: Brooke Steele (brooke.a.steele3.civ@us.navy.mil)
- Technical: Tony Lee (tony.l.lee.civ@us.navy.mil)
- Procuring Contracting Officer: Jillian Randazzo (jillian.randazzo.civ@us.navy.mil)