Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SPECIAL NOTICE

D -- Notice of Intent to Sole Source - Video System Upgrade

Notice Date
8/22/2025 12:31:41 PM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
PAN027775
 
Response Due
8/27/2025 9:00:00 AM
 
Archive Date
09/11/2025
 
Point of Contact
Kenneth L. Lutes, Gwendolyn Bridges
 
E-Mail Address
kenneth.l.lutes.civ@army.mil, gwendolyn.bridges5.civ@army.mil
(kenneth.l.lutes.civ@army.mil, gwendolyn.bridges5.civ@army.mil)
 
Description
Notice of Intent to Sole Source THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a Video System Upgrade on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to iSoft Solutions LLC. will be to upgrade video wall system hardware for classrooms 1406 and 1608 and upgrade displays, video equipment, and control & audio hardware equipment in classroom 2804 to ensure full and functional capability for a residence and virtual classrooms. The existing system was installed and is currently serviced by iSoft Solutions LLC. Its proprietary architecture of the VTC systems and various components / software are configured in such a way that the individual classrooms are interconnected and some have specialized camera systems to allow a speaker in one classroom to broadcast via the VTC system into one or more additional classrooms. The upgraded VTC systems must seamlessly operate with the existing systems previously installed by iSoft Solutions in 2020. This is due to current warranties in place for the existing system(s), and compatible software and control devices which can be used amongst both the previously installed equipment and the new upgraded equipment. iSoft has performed a detailed design for the new- AV/VTC systems to be implemented within the existing rooms proposed for upgrades that will minimize the time and cost to complete the upgrades. The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, as implemented by FAR Subpart 13.5, utilizing guidance of Content under FAR 6.303-2.: Pursuant to FAR subpart 8.405-6(a)(1)(i)(B) and FAR Subpart 6.302-1(a)(2)(iii), only one responsible source is capable of providing the supplies/services at the level of quality required because the supplies are unique or highly specialized to satisfy the agency�s requirement. 41 U.S.C. 3304(a)(1). Attached is the draft Statement of Work (SOW). The deadline for response to this sources sought notice is no later than 12:00 P.M. Eastern Time, 27 August 2025. Provide responses to this notice to: Gwendolyn Bridges, Contracting Officer, gwendolyn.bridges5.civ@army.mil ; and Kenneth Lutes, Contract Specialist, kenneth.l.lutes.civ@army.mil Telephone responses will NOT be accepted. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 541519 � Other Computer Related Services. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, SAM Unique Entity ID, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa591334b83c4f17a11de9ee7c037c24/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07562572-F 20250824/250822230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.