USAFA Band - Yamaha Rio 3224 D3 Stagebox
ID: FA251725Q0085Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS (5965)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 21st Contracting Squadron, is soliciting quotes for the procurement of one Yamaha Rio 3224 D3 Stagebox for the United States Air Force Academy Band, with the option to purchase three additional units in the future. This requirement emphasizes the need for high-quality audio equipment, which is critical for the band's performance and recording capabilities, ensuring compliance with specific technical standards outlined in the solicitation. Interested vendors must submit their proposals by 15 August 2025, and all submissions must adhere to the guidelines provided in the solicitation documents, including maintaining an active registration in the System for Award Management (SAM). For further inquiries, vendors can contact SrA Felicia Waterman at felicia.waterman@spaceforce.mil or TSgt Patrick Berger at patrick.berger@spaceforce.mil.

    Files
    Title
    Posted
    This document outlines the salient characteristics required for a digital audio console, likely for a government Request for Proposal (RFP) or grant application. The core purpose is to specify the technical requirements for an audio system to be procured. Key specifications include a minimum of 32 XLR preamp inputs for audio signal reception and at least 16 mono XLR line-level outputs and 4 stereo XLR AES/EBU outputs for various audio feeds. Essential features also comprise a headphone jack with control for monitoring and troubleshooting, a native sample rate of 96kHz, and a built-in Dante network capable of receiving 26 and transmitting 32 channels. Dual power supply units are required for enhanced reliability, emphasizing the need for robust and dependable equipment. These characteristics collectively define a professional-grade audio system suitable for performance, recording, and broadcast applications within a government facility.
    This government file outlines the proposal submission instructions for contractors responding to a solicitation. Proposals must include a cover letter with company details, small business status, contact information, CAGE code, UEI number, and statements confirming understanding and acceptance of the solicitation's requirements and terms. A separate price proposal must adhere to the Contract Line Items (CLINS) specified in the solicitation. The technical proposal, limited to five pages, excluding the cover letter and price proposal, must address two subfactors: Salient Characteristics and Delivery Lead Time. Pages exceeding the limit will not be reviewed. This document provides clear guidelines for contractors to ensure their submissions are complete and compliant for consideration.
    This document outlines the evaluation factors for a firm-fixed price contract, emphasizing a Lowest Price Technically Acceptable (LPTA) award methodology. Proposals will be evaluated based on two main factors: Total Price and Technical Acceptability. Technical Acceptability is further broken down into two subfactors: Salient Characteristics and Delivery Lead Time, both requiring an “Acceptable” rating to be eligible for award. For Salient Characteristics, offers must clearly state "Yamaha Rio 3224 D3" and describe how equipment will meet requirements. For Delivery Lead Time, a guaranteed lead time must be included. The evaluation process prioritizes price, reviewing overall quoted pricing from lowest to highest for reasonableness. Subsequently, technical proposals are evaluated for acceptability, with the award going to the lowest-priced, technically acceptable offeror. Proposals can be rejected if they deviate from solicitation requirements or demonstrate a lack of understanding.
    The government RFP outlines specifications for a Digital Audio Console required for audio signal management. The console must feature at least 32 XLR preamp inputs for audio input, a minimum of 16 mono XLR line level outputs, and four stereo XLR AES/EBU outputs to facilitate onstage monitoring and broadcast feeds. Essential components include a headphone jack for monitoring, a native sample rate of 96kHz, and a built-in Dante network capable of handling 26 incoming channels and transmitting 32 channels. The design should incorporate dual power supply units to ensure reliability. This RFP highlights the importance of advanced audio capabilities and reliability in technologies for public sector applications, ensuring quality performance in environments that require robust audio solutions.
    This document outlines the requirements for submitting price and technical proposals in response to a government solicitation. Key components include a cover letter, which must provide essential information about the contractor, including company details and acknowledgment of solicitation requirements. A price proposal must follow the specified Contract Line Items (CLINS), and a technical proposal is required to address evaluation factors, specifically focusing on salient characteristics and delivery lead time. The technical proposal is limited to five pages, excluding the cover letter and price proposal, with any exceeding content not being reviewed. This structured approach ensures that submissions are clear and comprehensive, allowing for effective evaluation by the contracting agency. The instructions emphasize the importance of adhering to these guidelines to facilitate a smooth proposal review process.
    This document outlines the evaluation criteria for a federal government contract solicitation, which will be awarded based on a Lowest Price Technically Acceptable (LPTA) approach. Offerors must meet two key evaluation factors: Total Price and Technical Acceptability. Technical Acceptability comprises two subfactors—Salient Characteristics and Delivery Lead Time—both of which must be rated "Acceptable" to be eligible for contract award. The evaluation process starts with a price review, followed by a technical assessment of the lowest bids to determine acceptability. Only firms with technically acceptable proposals will be considered for contract award. The document emphasizes the importance of understanding and meeting solicitation requirements, as exceptions to these can lead to proposal rejection. Overall, the structure revolves around the fair and competitive assessment of offers to ensure government needs are met effectively and economically.
    This government solicitation, FA251725Q0085, is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to supply Yamaha Rio 3224 D3 stageboxes for the USAFA Band at Peterson AFB, CO. The document outlines detailed terms and conditions, including delivery schedules of 45 calendar days from the date of award, inspection and acceptance procedures at the destination (USAF Academy Band), and specific clauses related to commercial products and services. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as electronic payment submission via Wide Area WorkFlow (WAWF), item unique identification and valuation, and prohibitions on certain foreign procurements and business operations. The solicitation also provides contact information for an ombudsman for dispute resolution, emphasizing that initial concerns should be directed to the contracting officer.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) initiative related to the procurement of commercial products and services for the USAFA Band, specifically the Yamaha Rio 3224 D3 stagebox. Award number FA251725Q0085, issued on July 30, 2025, details the requisition, delivery schedules, pricing, and terms of service. The contractor is tasked with delivering up to four Yamaha stageboxes within 45 days post-award, with inspections conducted at the USAFA Academy Band's location in Peterson AFB, CO. Important clauses regarding contracting procedures, payment methods, and compliance with federal regulations (FAR and DFARS) are incorporated, ensuring all parties adhere to necessary legal and operational standards. The document emphasizes the need to follow specific guidelines related to small business sectors and establishes points of contact for questions regarding the solicitation. The purpose of this solicitation is to foster small business participation while ensuring high-quality procurement for military needs.
    This document addresses vendor questions regarding the procurement of a Yamaha Rio 3224 D3 Stagebox for the USAFA Band. Key clarifications include the acceptance of the Yamaha Rio 3224-D3 as TAA compliant due to its manufacture in Japan, confirming that only new equipment is acceptable, specifying the delivery address as 520 OTIS ST BLDG 1256 PETERSON AFB, CO 80914-1620 (with a note about loading dock access), and clarifying that this is a one-time product purchase, not a recurring annual requirement. The customer also clarified that they possess all other necessary equipment to utilize the stageboxes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Symposium Audio-Visual Support
    Buyer not available
    The Department of Defense, specifically the 42nd Contracting Squadron, is soliciting proposals for audio-visual (A/V) support for the AFROTC Commanders' Symposium, scheduled for January 5-8, 2026, at the Double Tree by Hilton Dallas Near the Galleria. The procurement is a 100% Small Business Set-Aside, requiring one unit of A/V support to be delivered by December 12, 2025, with specific equipment and technical support outlined in the Statement of Work. This symposium is a significant professional development event for AFROTC leadership, necessitating comprehensive A/V services to facilitate effective communication and presentations. Interested vendors must submit their proposals, including a dated quote and evidence of capability, to the primary contact, A1C Alexia Lassin, at alexia.lassin@us.af.mil by the deadline.
    59--AMPLIFIER,AUDIO-RAD
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of an audio amplifier (NSN 5996016811895) as part of a Combined Synopsis/Solicitation. The requirement includes a single unit to be delivered to the Commanding Officer within 20 days after award, with the approved source being 24854 013F013249-1. This procurement is crucial for maintaining operational capabilities within military communications systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    59--LOUDSPEAKER-AMPLIFI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 37 units of the LOUDSPEAKER-AMPLIFI, identified by NSN 5965016498136. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of five. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these audio and video equipment components for military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    59--AMPLIFIER,AUDIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of audio frequency amplifiers. The contract requires compliance with specific quality assurance standards, including ISO 9001, and mandates that the amplifiers meet detailed design and inspection requirements as outlined in the solicitation. These amplifiers are critical components for various defense applications, ensuring reliable audio performance in military systems. Proposals are due by January 20, 2026, with a revised quantity requirement of four units, and interested parties should direct inquiries to Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    59--LOUDSPEAKER,PERMANE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of a permanent loudspeaker (NSN 5965013132470). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The loudspeakers will be utilized in various applications across CONUS and OCONUS DLA depots, emphasizing their importance in military communications and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available online at the DIBBS website.
    59--HEADSET-MICROPHONE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 92 headset microphones under solicitation number NSN 5965014390793. This procurement aims to establish an Indefinite Delivery Contract (IDC) for audio and video equipment, with a guaranteed minimum quantity of 13 units and an estimated total order value of $350,000 over the contract's term of one year. These headset microphones are critical for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    5895-00-999-2411; AMPLIFIER-POWER SUP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the procurement of an Amplifier-Power Supply (NSN: 5895-00-999-2411) from new manufacture. This solicitation is not set aside for small businesses and is classified as a rated order for national defense, requiring compliance with the Defense Priorities and Allocations System. The procurement includes specific requirements such as Item Unique Identification (IUID), early and partial shipments, and a firm price for 120 days, with delivery to be made FOB Destination. Quotations are due by January 2, 2026, and interested parties can contact Clifford Dockter at clifford.dockter@us.af.mil or Ryan Newton at ryan.newton.4@us.af.mil for further details.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    VTI Instruments DAQ Card
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) to supply a VTI Instruments DAQ Card, specifically part number 70-0071-002, which includes a VM9000 carrier and three VM3618 DAC modules. This procurement is critical for military operations, as it involves specialized data acquisition equipment necessary for effective maintenance and operational capabilities at Tinker Air Force Base in Oklahoma. Interested vendors must submit their offers by December 9, 2025, with a delivery deadline set for May 15, 2026, and are encouraged to reach out to primary contact Sondra Groth at Sondra.Groth@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further information.
    59--HEADSET-MICROPHONE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 71 headset microphones under solicitation number NSN 5965014461533. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum quantity of 10 units and an estimated four orders per year. These headset microphones are crucial for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.