Skip to content
Department of Defense

Video Teleconferencing System

Solicitation: N0018926R0005
Notice ID: 768071d6aefb464da63156092eaabcd1

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Jan 26, 2026. Industry: NAICS 334290 • PSC 5830.

Market snapshot

Awarded-market signal for NAICS 334290 (last 12 months), benchmarked to sector 33.

12-month awarded value
$17,562,186
Sector total $20,448,118,707 • Share 0.1%
Live
Median
$65,611
P10–P90
$31,145$501,023
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($17,562,186)
Deal sizing
$65,611 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Virginia Beach, Virginia • 23459 United States
State: VA
Contracting office
Norfolk, VA • 23511-3392 USA

Point of Contact

Name
Jana Popovich
Email
jana.p.popovich.civ@us.navy.mil
Phone
Not available
Name
Brittany Simmons
Email
brittany.s.simmons3.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC NORFOLK • NAVSUP FLT LOG CTR NORFOLK
Contracting Office Address
Norfolk, VA
23511-3392 USA

More in NAICS 334290

Description

                                          Synopsis for Solicitation number N0018926R0005

                                                                            NAVSUP FLCN

The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Norfolk, VA 23511-3392 intends to direct award to iSoft Solutions, LLC. with Firm Fixed Price (FFP) provisions in support Expeditionary Strike Group Two (ESG-2). This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The requirement will be solicited in accordance with FAR Part 12- Commercial Items and FAR Part 13.5 – Simplified Procedures for Certain Commercial Products and Commercial Services.  This required will be a Sole Source award to iSoft Solutions, LLC.

ESG-2 requires life-cycle replacement of secure/non-secure audio video (AV) and video teleconferencing (VTC) system. This includes VTC Codec, AV switching equipment, monitors, control stations, cabling, displays, power supply, storage, and mounting credenza with ventilation. One-year, on-site post installation support on all AV system equipment is also required.

A request for quote will be available for download on January 22, 2025 at the following website: https://www.sam.gov.  Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available by downloading the documents at the above web sites.  This office will no longer issue hard copy solicitations.  By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.  Failure to do so may represent grounds for refusing to accept the quote.  Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States.  Lack of registration in the SAM database will make a vendor ineligible for award. 

The North American Industry Classification System (NAICS) code for this acquisition is 334290 - Other Communications Equipment Manufacturing. The Size Standard is 800 employees.  The Federal Supply code (FSC) is 5830 – Communication Equipment – Intercommunication and Public Address Systems, Except Airborne.

The required supplies are needed by 30 January 2026.

Vendors may obtain information on registration and annual confirmation requirements by calling 1-999-227-2423, or via the Internet at http://www.sam.gov.  Please direct all questions/submit quotes regarding this requirement to Jana Popovich jana.p.popovich.civ@us.navy.mil.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.