David Grant Medical Center's Audio Visual and System Upgrade (Simulation Center), Travis AFB CA
ID: FA442725Q1110Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

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

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to upgrade the Audio Visual (AV) System at the David Grant Medical Center's Simulation Center in California. The project involves replacing existing AV equipment and installing new systems, including cameras, microphones, and control systems, with a focus on enhancing training capabilities for medical personnel. This opportunity is a 100% Small Business Set-Aside under NAICS Code 334310, and interested vendors must submit their proposals by August 21, 2025, following a site visit on August 7, 2025. For further inquiries, potential offerors can contact Mr. Clark Teninty at clark.teninty.1@us.af.mil or by phone at 707-424-7737.

    Files
    Title
    Posted
    This document provides a Q&A for the FA442725Q1110 DGMC Simulation Center Audio Visual System Upgrade at Travis Air Force Base, CA. It clarifies project requirements, stating that large-scale pro AV project experience and subcontractor experience are acceptable for past performance. Key certifications include a certified electrician ensuring unit functionality post-installation. The Statement of Work (SoW) provides details on existing equipment, drawings, and cabling. The project requires an additional, simultaneous video input from simulator vital signs monitors, and an external laptop recording system capable of accessing control room video from the classroom on an isolated network. Overhead speakers are for both push-to-talk announcements and hearing audio from training rooms. Two HDMI/VGA video links per room are needed for displaying, receiving, and recording video. The vendor is responsible for all cabling, infrastructure, and network switches. Push-to-talk microphones are required in the control room. A single integrated system for both training rooms is preferred, with one monitor per room. The software is not required for scheduling, inventory management, or pulling assessment reports, but will be used for student assessment through recorded video playback. Network maintenance will be handled by utilizing contractor warranty and OS updates. The scope is limited to what is in the SoW, excluding classrooms and other highlighted training rooms on the floorplan. Ceiling heights and types (hard or T-bar) for specific rooms are provided, and HDMI should integrate with either Laerdal or CAE systems.
    The provided document, titled "1ST FLOOR ZONE 31," is a detailed architectural and spatial plan for a section of the David Grant Medical Center at Travis AFB, developed by the US Army Corps of Engineers for the United States Air Force. The document, dated July 1, 2024, outlines the layout of various rooms and functional areas within Zone 31 of the first floor. It specifies room numbers, names (e.g., PATIENT ROOM, OFFICE, LOUNGE, DIALYSIS, LAB), and in some cases, square footage and load capacities (e.g., MEDS 62SF/100PSF, DIALYSIS 107SF/120PSF). The plan includes different scale indicators for detailed measurements. The inclusion of medical and administrative spaces, along with technical specifications, suggests that this document is likely part of an RFP or grant application for construction, renovation, or facility management within the federal government healthcare infrastructure.
    This document, FA442725Q1110, addresses additional questions and answers related to the DGMC Simulation Center Audio Visual System Upgrade at Travis Air Force Base, CA. The primary purpose is to clarify requirements for the AV system upgrade, specifically regarding compatibility with manikins and the removal of existing equipment. The government confirmed the AV system's control panel is solely for the AV/Video system, not for manikin control, as each manikin has its own system. Additionally, a detailed list of existing AV equipment to be removed and returned to the owner was provided, including cameras, microphones, speakers, and monitors, along with their models and types.
    The 60th Contracting Squadron at Travis Air Force Base is seeking quotations for a Firm Fixed Price contract to upgrade the Audio Visual (AV) System at the David Grant Medical Center (DGMC) Simulation Center. This is a 100% Small Business Set-Aside, with a NAICS code of 334310 (Audio and Video Equipment Manufacturing). Key dates include a site visit on August 7, 2025, and a quote response deadline of August 21, 2025. Offers will be evaluated based on price, past performance, and technical capability, with a preference for best value. All equipment provided must be new. Contractors must be actively registered in the System for Award Management (SAM) and adhere to various FAR, DFARS, and DAFFARS clauses. Required submissions include vendor information, a Contractor Responsibility Verification form, a Technical Capability Statement, and past performance references.
    The Federal Acquisition Regulation (FAR) 9.103 outlines the policy for contractor responsibility, stating that contracts must only be awarded to responsible prospective contractors. An affirmative determination of responsibility is required, and in its absence, a non-responsibility determination is made. The document emphasizes that awarding a contract based solely on the lowest price can lead to additional costs due to poor performance. To be deemed responsible, contractors must meet specific general standards outlined in FAR 9.104-1, including adequate financial resources, ability to meet delivery schedules, a satisfactory performance record, integrity and business ethics, necessary organizational structure and technical skills, and appropriate production capabilities. The document also details the specific supporting documentation required for each factor to verify contractor responsibility in accordance with FAR 9.104-1.
    The document, titled 'PAST PERFORMANCE LIST OF REFERENCES,' is a template designed for vendors to provide detailed information on their past contract performance. This form is typically used in the context of government RFPs, federal grants, and state/local RFPs to assess a vendor's qualifications and experience. It requires vendors to list contract numbers, descriptions of work performed, contract periods of performance, contracting agencies, points of contact with their details, and total and annual contract values. Additionally, it asks whether the vendor performed as a subcontractor, affiliate, or joint venture, and if so, to specify the percentage of effort performed in that capacity. The document serves as a standardized format for government entities to evaluate a vendor's relevant experience and capabilities before awarding new contracts.
    The 60th Contracting Squadron at Travis Air Force Base is requesting past performance questionnaires (PPQs) to evaluate companies bidding on the DGMC Simulation Center Audio Visual System Upgrade. The PPQ asks recent customers to rate a contractor's performance on similar projects. The questionnaire covers contractor and respondent information, contract details (number, description, value, period of performance, and role as prime/subcontractor), and a performance evaluation section. The performance is rated on a 1-5 scale across categories like quality, on-time delivery, management, communication, and adherence to terms, with explanations required for ratings of 1, 2, or 5. It also asks about corrective action reports and willingness to re-award a contract. Completed PPQs are due by August 15, 2025, at 12:00 PM PDT and should be emailed as a PDF to Mr. Clark Teninty (clark.teninty.1@us.af.mil). Contact information for confirmation is provided.
    This document outlines the requirements for the 60th Medical Group at Travis AFB, CA, seeking a contractor to upgrade and install a new Audio-Visual (AV) system in their Simulation Center. The project involves replacing existing AV equipment, including displays, microphones, speakers, cameras, and control systems. The contractor must provide all necessary resources, including management, tools, and qualified personnel, and offer comprehensive training with a user guide. Key deliverables include HD 4MP PTZ cameras, high-quality ceiling-mounted microphones, an operating system for live view and recording (not connected to military networks), 4K control room monitors, and full-motion TV wall mounts. The installation must be completed within 60 days ARO, during specific hours, with a one-year workmanship warranty. Additional deliverables include operation and maintenance manuals and on-site training for three staff members. All work must be performed by certified electrical technicians specializing in AV and programming.
    Travis Air Force Base (TAFB) outlines stringent security requirements for contractor access, emphasizing identity proofing, vetting, and adherence to federal and state regulations. All contractors must undergo NCIC and CLETS checks, unless they possess a verifiable government security clearance. The primary contractor is responsible for ensuring all personnel have proper credentials and are legally authorized to work in the U.S. Various forms of identification are accepted, with specific guidelines for REAL ID Act compliant driver's licenses. Disqualifying factors for base access include criminal history, terrorism links, and previous debarment from federal facilities. Primary contractors are also responsible for managing passes, notifying the base of employee status changes, and ensuring compliance with training requirements for information protection, antiterrorism, and operations security. Additionally, specific escort requirements apply for subcontractors and access to restricted areas.
    The document outlines the criteria for verifying contractor responsibility according to the Federal Acquisition Regulation (FAR) 9.103 and 9.104-1. It stipulates that contracts should only be awarded to responsible contractors, determined through an affirmative assessment of their capabilities. Key factors for this determination include adequate financial resources, compliance with delivery schedules, satisfactory performance records, integrity and business ethics, organizational structure, and necessary facilities or equipment. Contractors must submit supporting documentation in these areas, which may include financial statements, past performance records, and certifications concerning their business integrity. The emphasis is on not merely selecting the lowest bidder without considering performance risks, reinforcing the necessity for comprehensive evaluation to ensure reliability and effectiveness in government contracts. This approach aims to mitigate potential issues such as defaults and delays, ultimately protecting taxpayer interests and ensuring successful contract fulfillment.
    The document outlines a template for vendors to provide their past performance references in response to government Requests for Proposals (RFPs) and grants. It requires the vendor to detail their relevant projects, including contract numbers, a description of the work performed, and the period of performance for each contract. Additionally, the document requests information on the contracting agency, points of contact, and contract values, both total and annual. It also inquires whether the vendor acted as a subcontractor, affiliate, or joint venture, specifying the percentage of effort contributed. This structured approach ensures that potential contractors demonstrate their capabilities and experience, which is critical for evaluation during the RFP process. Providing this information helps government agencies assess the vendor’s qualifications and reliability for future projects, thereby fostering informed decision-making regarding contract awards.
    The 60th Contracting Squadron at Travis Air Force Base, CA, is seeking offers for the upgrade of the DGMC Simulation Center's Audio Visual System. To assist in evaluating potential contractors, they are requesting feedback from prior customers through a Past Performance Questionnaire (PPQ). The completed PPQ must be submitted by August 15, 2025, to the designated Contract Specialist, Mr. Clark Teninty. The questionnaire collects comprehensive information regarding the contractor's previous engagements, including contract details, performance ratings based on various criteria (quality of service, on-time delivery, management, communication, and adherence to contract terms), and a summary of overall performance. Respondents are also asked to assess if the contractor has received any corrective actions and whether they would engage the contractor again. This PPQ is a crucial component of the source selection process for federal contracting, providing insights into the reliability and effectiveness of contractors to ensure project success and adherence to government standards. The overall goal is to facilitate informed decision-making in awarding contracts for the audio-visual system upgrade project.
    The 60th Medical Group at Travis AFB, CA, is seeking a contractor for the upgrade, installation, and training of a new Audio-Visual (AV) system for its Simulation Center. The contractor will remove outdated equipment and replace it with advanced technology including high-definition cameras, microphones, and a sophisticated operating system for recording and playback. Key tasks include providing a user guide, conducting on-site training for staff, and ensuring that all setups adhere to specific technical requirements. The project must be completed within 60 days of authorization and includes provisions for warranty and maintenance documentation. The contractor is also responsible for minimizing disruption during installation and ensuring safety and compliance. Mr. Daniel Dettwiler is the point of contact for coordination and further information regarding this RFP. This project highlights the commitment to enhancing training capabilities within the medical group through updated AV technologies.
    The TAFB Security Requirements document outlines strict security protocols for contractors seeking access to Travis Air Force Base, designated as a closed installation. All contractors must comply with identity proofing and vetting procedures, including a National Crime Information Center check, unless verified by a government security clearance. Acceptable forms of identification include various U.S. and foreign government-issued ID documents. Contractors face several disqualifying criteria for access based on criminal history or associations with terrorism. Responsibilities of the primary contractor include ensuring compliance with entry requirements, coordinating base access, and immediate reporting of any changes in contractor status. Contractors requiring unescorted access must possess a valid pass and identification at all times, while increased security measures may escalate during higher Force Protection Conditions. To ensure operational security, contractors must also complete necessary training and protect sensitive information. The document serves as a guideline for federal and state RFP processes, enforcing compliance and security measures critical for maintaining base safety.
    The 60th Contracting Squadron at Travis Air Force Base is issuing a Request for Quotation (RFQ) FA442725Q1110, for a Firm Fixed Price contract to upgrade the Audio Visual (AV) System at David Grant Medical Center’s (DGMC) Simulation Center. This acquisition is a 100% Small Business Set-Aside under NAICS Code 334310 (Audio and Video Equipment Manufacturing). Key dates include a site visit on August 7, 2025, and a quote response deadline of August 15, 2025. Offerors must submit vendor information, a Contractor Responsibility Verification form, a Technical Capability Statement, and Past Performance references. Proposals will be evaluated on price, past performance, and technical capability, with the best value awarded to the government. All equipment provided must be new. Offerors must be actively registered in the System for Award Management (SAM) and comply with various FAR, DFARS, and DAFFARS clauses. Questions are due by August 11, 2025.
    The 60th Contracting Squadron at Travis Air Force Base is issuing a Request for Quotation (RFQ) for the upgrade of the Audio Visual (AV) System at David Grant Medical Center's Simulation Center (Solicitation FA442725Q1110). This procurement is set as a 100% small business set-aside under the NAICS Code 334310. Interested vendors are invited to submit their quotations by 15 August 2025, with a site visit scheduled for 7 August 2025. The RFQ outlines the requirements for a Firm Fixed Price contract for the AV system upgrade, including necessary vendor information and compliance with specific federal regulations and standards. Offerors must demonstrate their technical capabilities, past performance, and pricing to be considered for the contract. The selection will prioritize overall value, which encompasses fair pricing and satisfactory performance history. Potential bidders must also comply with SAM registration and are encouraged to review security requirements for site access. All submissions must fulfill the outlined criteria and include necessary documentation such as a Contractor Responsibility Verification form and references. This solicitation reflects the government's commitment to enhancing medical training facilities through updated technology while supporting small business engagement.
    The 60th Contracting Squadron issued Amendment 1 to the Request for Quotation (RFQ) FA442725Q1110 for the David Grant Medical Center (DGMC) Simulation Center Audio Visual (AV) System Upgrade. This amendment extends the RFQ response deadline from August 15, 2025, to August 21, 2025, at 12:00 PM PDT. It also adds two new attachments: "RFQ Questions & Answers" and "Simulation Center Floor Plan." All other terms and conditions of the original RFQ remain unchanged. For any inquiries, prospective offerors can contact Mr. Clark Teninty via email at clark.teninty.1@us.af.mil or by phone at 707-424-7737. The amendment was signed by Vitaliy Kim, Contracting Officer.
    The 60th Contracting Squadron at Travis AFB issued Amendment 2 to Request for Quotation (RFQ) FA442725Q1110 for the David Grant Medical Center (DGMC) Simulation Center Audio Visual (AV) System Upgrade. This amendment specifically removes FAR 52.219-14, Limitations on Subcontracting, as it is not applicable to the requirement. Additionally, it provides answers to timely received questions. All other terms and conditions of the original RFQ remain unchanged. For further inquiries, prospective offerors can contact Mr. Clark Teninty via email or phone. The amendment was digitally signed by MSgt Joshua Boak, Contracting Officer.
    Lifecycle
    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.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    48 OSS Audio Visual Tech Upgrade
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    D-21 Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Cellular Enhancement System Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Z1DA--Upgrade TV System IFB 553-22-209
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the Upgrade TV System project (553-22-209) at the John D. Dingell VA Medical Center in Detroit, Michigan. The project involves the installation of a 1.4 telecom system, including the procurement and installation of approximately 6000 linear feet of fiber optic cable, networking equipment, and safety measures to ensure minimal disruption to medical center operations. This opportunity is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000, and the solicitation is expected to be available for download on or about December 29, 2023. Interested parties can contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.