Installation of ATC System
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 Research Laboratory (NRL) announces its intent to award a firm-fixed price purchase order on a sole source basis to GovConnection, Inc. for the installation of a comprehensive audio teleconference (ATC) system. This notice is not a request for competitive proposals or a solicitation.
Scope of Work
GovConnection, Inc. will provide the installation of a comprehensive ATC system, including necessary hardware, software, and certified technician services. The selection of GovConnection is based on their technicians' specific certifications, including Cisco Certified Federal Partner, ISO 9000 (Quality Management), ISO 20000 (IT Service Management), and ISO 27000 (Information Security Management Systems). These certifications are deemed essential to ensure the NRL's Code 7630 systems meet modern technology, security, and quality standards. An attached document, "Continuation Sheet - ATC.pdf," further specifies "Installation from Certified Cisco Federal Partner" as a key service item.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (Sole Source)
- NAICS: 517111 (Size Standard: 1500 employees)
- PSC: 7C21 (Hardware, Software, And Other Equipment Needed To Support Non Tiered Data Center Facilities)
- Place of Performance: Washington, DC
- Published: March 25, 2026
- Response Due: April 1, 2026 (7 calendar days from publication)
Response & Evaluation
This is a Notice of Intent, not a solicitation. No solicitation package is available. Interested parties may identify their interest and capability to respond to this requirement within 7 calendar days of the publication date. Any response must provide clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely to determine if a competitive procurement is feasible. A decision by the Government not to compete this proposed purchase order is at its sole discretion. No reimbursement will be provided for costs associated with providing capability information.
Contact Information
For inquiries, contact Erik Wells at erik.wells2.civ@us.navy.mil. Please reference the Notice of Intent number in all correspondence.