Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6228523RFI002
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) or promise to issue an RFQ in the futur...
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) or promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. The purpose of this contract is to obtain supply and services for audio and visual equipment to be installed at the United States Naval Observatory in Washington D.C. This requirement will be set a-side for small businesses. The NAICS code is 334310 – audio and video equipment manufacturing. The business size standard is 750. Requirements Submission shall address the following: Capability Statement/Ability to meet specifications of Audio-visual design, build, and integration of a multi-classification network operations center and conference room that is fully compliant with DOD IA requirements. Ability to procure, install, and integrate Freeport isolators to maintain physical separation of networks. No substitutions in isolator equipment are acceptable. Shall prepare, assemble, generate artifacts for, and achieve accreditation of the entire system through the U.S. Navy’s Risk Management Framework (RMF) accreditation process. Shall provide recent (within the last five years) verifiable past performance of the above, and provide federal references. Highest current facility clearances Company Information. Name, mailing address, phone number, CAGE/and or DUNS, business size status and e-mail of designated point of contact Request Responses by Monday 10 April 2023, 1:00pm EST. The response shall be submitted via e-mail only to the Government Point of Contract (POC): Michael Stoutenger, Program Analyst, michael.j.stoutenger.civ@us.navy.mil Questions regarding this announcement shall be submitted in writing to the POC. Verbal questions will NOT be accepted via telephone. The Government does not guarantee that all questions received will be answered.