Egg Conference Room Audio/Visual Upgrade
ID: 36C26226Q0189Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Computer Related Services (541519)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of the Audio/Visual System in the Egg Conference Room at the Long Beach Veterans Affairs Healthcare System. The project aims to enhance the current AV system by replacing existing gooseneck microphones and adding wireless handheld, lapel, and catch-box microphones, all while ensuring integration with the existing Crestron-based system. This upgrade is crucial for improving user experience and audience interaction during meetings and events held in the facility. Proposals are due by December 29, 2025, at 5:00 PM PST, and interested parties should direct inquiries to Daniel Kneizeh at daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025.

    Point(s) of Contact
    Daniel Kneizeh
    daniel.kneizeh@va.gov
    Files
    Title
    Posted
    This government solicitation, 36C26226Q0189, is a 100% Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Egg Conference Room Upgrade Services at the Long Beach VA Healthcare System. The contract is a one-year, firm-fixed-price agreement for audio/visual system upgrades in Building 164. The scope includes replacing existing gooseneck microphones, adding wireless handheld and lapel microphones, and catch-box foam wireless microphones, all integrated with the current AV VTC system. Work must be completed between 6:00 AM and 6:00 PM, Monday-Friday, PST, excluding federal holidays. Offerors must be certified SDVOSBs listed in the SBA database and comply with security requirements, including obtaining VA identification badges. A site visit is scheduled for December 15, 2025, and inquiries are due by December 18, 2025. All offers must be submitted via email by December 22, 2025, at 5:00 PM PST to Daniel Kneizeh.
    The Department of Veterans Affairs (VA) is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to upgrade the Audio/Visual System in the Egg Conference Room at the Long Beach VA Healthcare System (LBVAHCS). This combined synopsis/solicitation (RFQ 36C26226Q0189) calls for a solution comparable to the current Crestron-based system, integrating new hardware and software. The scope includes replacing gooseneck microphones, adding wireless handheld, lapel, and catch-box microphones, and ensuring full integration with the existing AV VTC system. Work must be performed during specific hours (6:00 AM to 6:00 PM, Monday-Friday, PST), excluding federal holidays, and not impact patient care. Contractors must adhere to security requirements, obtain VA identification badges, and follow parking and smoking policies. Quotes are due by December 29, 2025, 5:00 PM PST, to daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, and questions are due by December 18, 2025. Award will be based on cost, technical capability, testing, training, support plan, equipment quality, ergonomic design, and past experience.
    This document, an addendum to FAR 52.212-1, outlines instructions for offerors submitting quotes for commercial products and services under Simplified Acquisition Procedures, specifically for the Replacement of CAT Emergency Generator Day Tank for the Veterans Integrated Service Network (VISN) 22. It details requirements for quote submission, including NAICS codes, small business size standards (500 employees for non-manufacturers in certain set-asides), content of quotes (solicitation number, technical description, price, certifications), acceptance periods (30 days), and procedures for product samples and multiple quotes. It also addresses late submissions, issuance of purchase orders, multiple awards, and the availability of requirements documents. A key requirement is the inclusion of a Unique Entity Identifier (UEI) for quotes exceeding the micro-purchase threshold. The solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due via email by December 29, 2025, at 5:00 pm PST, and must include all requested documentation and certifications.
    This government file outlines the evaluation criteria for commercial products and services, emphasizing a basis for award that considers both price and other factors. The evaluation approach prioritizes quotations that offer the best benefit to the Government, potentially exceeding minimum requirements. Key evaluation factors include Past Experience, assessing the quoter's likelihood of success; Price, calculated by totaling all line-item prices and options; Special Standards, focusing on Testing, Training, Support Plans, Quality of Equipment, and Ergonomic Designs; and Technical Capability, ensuring vendors can perform the Statement of Work. Options, including those under FAR 52.217-8 for extending services, will be included in the total evaluated price.
    The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) outlines the requirements for businesses to qualify for VA contracts. To be eligible, a business must be at least 51% owned and controlled by one or more service-disabled Veterans (or eligible surviving spouses/caregivers), meet federal small business size standards, and be certified and listed in the SBA certification database. Offers from non-certified entities will not be considered, and awards will only be made to certified SDVOSBs. The clause also details limitations on subcontracting, requiring specific percentages of work to be performed by certified SDVOSBs, depending on the type of contract (services, supplies, construction). Joint ventures must comply with specific regulations, and the VA's Veterans First Contracting Program takes precedence in case of inconsistencies. Misrepresentation of SDVOSB status can lead to debarment.
    This document outlines the VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). It mandates that offerors certify compliance with subcontracting limits if awarded a contract. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSBs/VOSBs. For general construction, this limit is 85%, and for special trade construction contractors, it's 75%. Materials costs are excluded in construction contracts. The certification acknowledges penalties for false statements and outlines consequences for non-compliance, including referral to the VA Suspension and Debarment Committee, fines, and prosecution. Contractors must provide documentation to VA upon request to demonstrate compliance, and failure to do so may result in remedial action. The certification must be completed, signed, and returned with the offeror's bid, or the offer will be deemed ineligible.
    The Long Beach Veterans Affairs Healthcare System (LBVAHCS) requires an upgrade to the Audio/Visual System in the Egg Conference Room. The project focuses on improving usability, mobility, and audience interaction without replacing existing projectors, monitors, or video equipment. The contractor must provide and install new gooseneck podium microphones, four wireless handheld microphones, two catch-box foam wireless microphones, and two wireless lapel microphones. All new components must integrate with the current Crestron-based AV VTC system. The contractor is responsible for all labor, parts, materials, equipment, testing, installation, and any damages incurred. Work must be performed at the LBVAHCS facility between 6:00 AM and 6:00 PM, Monday-Friday, excluding federal holidays, and must not impact patient care services. Contractor personnel must obtain and wear VA-provided identification badges, park in designated areas, and adhere to smoking policies. The contract period is one year upon award.
    This document outlines the key dates for a solicitation process, likely an RFP or grant application. It provides a schedule for important milestones, including a site visit on December 15th, a deadline for questions on December 18th, and a final proposal submission deadline on December 29th. The document explicitly clarifies that the December 29th date for proposals supersedes any conflicting dates, such as the December 22nd date mentioned in block 20.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J059--Chapel Video Feed Upgrades Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the Chapel Video Feed Upgrades at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE camera and the integration of its audio/video feed into the facility's existing digital cable broadcast system, requiring the installation of fiber optic cable and network equipment between the chapel and the server room. This upgrade is crucial for enhancing the chapel's broadcast capabilities, ensuring high-quality video feeds for services. Interested contractors must submit their proposals by December 18, 2025, at 12 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    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.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for the procurement of eleven Aurical FreeFit Probe Microphone Measurement Devices and Accessories, with a focus on supporting the Audiology department at the Lebanon VA Medical Center and Cumberland VA Community Clinic. This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 334510, emphasizing the importance of providing high-quality medical instruments for audiological assessments. Interested vendors must submit their quotes by December 15, 2025, at 4:00 PM EST, via email to Alexandra Stankovic at alexandra.stankovic@va.gov, including required documentation such as a completed SF1449, pricing, an OEM authorization letter, and a product brochure. The government intends to award a one-time Firm Fixed Price contract based on the lowest price technically acceptable evaluation criteria.
    Z1DA--Upgrade TV System IFB 553-22-209
    Veterans Affairs, Department Of
    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.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    J066--Audiology Calibration Service - LLVAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Loma Linda VA Healthcare System, is seeking qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) to provide on-site Audiology Calibration Services twice a year. This Sources Sought Notice is intended for market research to identify potential contractors capable of fulfilling this requirement, with no government equipment to be utilized by the contractor. Interested businesses must submit a capability statement along with their Unique Entity ID, Cage Code, Tax ID, and business type by December 19, 2025, at 15:00 Mountain Time to Mirna Gastelum Romero at Mirna.GastelumRomero@va.gov. All offerors must be registered in the System for Award Management (SAM) and, if applicable, VetCert certified by the SBA, with the NAICS code for this acquisition being 811210.
    Seattle VA MICU/SICU Camera Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to replace aging analog ICU and MICU observation cameras at the Seattle VA Medical Center with an upgraded IP-based camera system. The procurement involves replacing nineteen cameras with Avigilon brand name or equivalent ceiling cameras, which must meet specific technical requirements, including compatibility with existing hospital infrastructure and compliance with VA cybersecurity regulations. This upgrade is crucial for maintaining effective patient monitoring and security within the facility. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, with the goal of placing the order by mid to late January 2026 and completing installation within 45 days after receipt of order.
    DA10--Vocera Communication System *Brand Name or Equal* Salt Lake City VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors for a Vocera Communication System or an equivalent solution for the Salt Lake City VA Health Care System. The VA aims to update its aged patient call system to enhance staff communication and notification processes, with requirements including software licenses for approximately 725 users, messaging capabilities, and integration with existing nurse call systems. This procurement is anticipated to be structured as a base year with four option years for licensing, technical support, and software subscriptions, with responses due by December 29, 2025. Interested vendors should contact Contract Specialist Stephanie Cahill via email at Stephanie.Cahill@va.gov to express their capabilities and provide necessary documentation.