Video Teleconferencing 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 NAVSUP Fleet Logistics Center (FLC) Norfolk intends to issue a direct award to iSoft Solutions, LLC. for the life-cycle replacement of secure/non-secure audio video (AV) and video teleconferencing (VTC) systems in support of Expeditionary Strike Group Two (ESG-2). This is a combined synopsis/solicitation for commercial products/services, with a Firm Fixed Price (FFP) contract. Quotes are due by January 26, 2026, at 3:00 PM EST.
Scope of Work
This requirement involves the de-installation of existing equipment and the provision and installation of new AV and VTC systems. Key components include:
- VTC Codec, AV switching equipment, monitors (85" 4K and 65"), control stations, cabling, displays, power supply, storage, and mounting credenza with ventilation.
- Provision and installation of NIPR and SIPR laptops, wall plate inputs, and BYOD connections.
- Setup of NIPR and SIPR Teams capabilities.
- Installation of IP-based HD VTC system with fiber isolation, PTZ cameras, DSP audio processor, ceiling microphone array, 2-channel amplifier, and ceiling speakers.
- Installation of control processor and touch panels for AV control, and dot matrix LED digital signs.
- Provision of a 3-bay furniture grade credenza with integrated equipment rack, cooling system, and power strips, and an Uninterruptible Power Supply (UPS).
- Programming updates for digital signage and codec, system testing, commissioning, and simple operator training.
- One-year, on-site post-installation support on all AV system equipment.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Purchase Order.
- Period of Performance: January 30, 2026, to January 29, 2027.
- Set-Aside: Unrestricted (Sole Source).
- NAICS Code: 334290 - Other Communications Equipment Manufacturing (Size Standard: 800 employees).
- FSC Code: 5830 – Communication Equipment – Intercommunication and Public Address Systems, Except Airborne.
- Place of Performance: Virginia Beach, VA.
Submission & Evaluation
This is a Sole Source award to iSoft Solutions, LLC. The government intends to make a direct award after price determination. Quotes should contain the vendor's best terms from a technical and price standpoint and must be valid for 120 days. Submissions should be in Microsoft Office Word, Excel, or Adobe file format, adhering to page limitations.
Additional Notes
- A Request for Quote (RFQ) will be available for download on January 22, 2025 (likely a typo, should be 2026) at SAM.gov.
- Vendors must be registered in the System for Award Management (SAM) database prior to award.
- Questions regarding the solicitation requirements should be directed via email to Jana Popovich (jana.p.popovich.civ@us.navy.mil).
- Clarifications from the Q&A document indicate wall plate connections can be NIPR or SIPR, and table connections are single-input/single-display but configurable for dual-input/dual-display. The main room is 27'x19', with a 10'x19' rear portion, and rooms can function separately or combined. Walls are drywall, ceilings are drop ceilings, and the floor is concrete.