Audio Visual System Upgrade
ID: N0040624R0035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is seeking proposals for the installation and support of an audio-visual (AV) system at the Strategic Weapons Facility Pacific (SWFPAC) in Bangor, Washington. The procurement aims to enhance capabilities for both classified and unclassified operations, requiring contractors to provide installation, configuration, testing, and maintenance of the AV system, which must comply with the Department of Defense Information Network's Approved Products List standards. This project is critical for improving communication and operational efficiency within a sensitive military environment. Interested contractors must submit their proposals by September 13, 2024, and can direct inquiries to Ashley Rollin at ashley.a.rollin@navy.mil or by phone at 564-230-3001.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation for a federal contract (N0040624R0035), issued to clarify questions from potential contractors regarding security clearance and access requirements for a project. Key changes include the acknowledgment of the secret clearance process, which can take months, highlighting the need for contractors to have such clearances for hardware installation tasks. It specifies that contractors not holding a clearance may be escorted on-site, although it's preferable for them to obtain the clearance. The amendment further details that for site visits and project duration, contractors must secure the Defense Biometric Identification System (DBIDS) access, with procedures in place for faster processing to accommodate upcoming site-visit dates. The responses outline requirements for timely requests and preparations necessary for access to the military base, affirming the government's commitment to security while facilitating contractor participation. This document serves as a vital communication tool in the context of federal contracting, ensuring clarity on operational prerequisites while maintaining compliance with security protocols.
    The Strategic Weapons Facility Pacific (SWFPAC) Visitor’s Guide outlines essential information for accessing Naval Base Kitsap Bangor and SWFPAC. Access requires a Common Access Card (CAC) or a Pacific DBIDS credential, which necessitates a Base Authorization and Visit Request (BAVR) submitted 10-14 days in advance. The guide details the process for obtaining a BAVR, including required information and documentation needed for a Pacific DBIDS credential, such as proof of citizenship and identification forms. It also specifies prohibited items within SWFPAC, such as weapons, drugs, and unauthorized electronic devices. For cleared individuals needing access to restricted areas, a Visit Request must be submitted through the local security office. The guide concludes with accommodations nearby and directions to SWFPAC from the Seattle-Tacoma International Airport, ensuring visitors are well-prepared for their visit. This document serves as an official protocol for ensuring secure access to a military facility, outlining procedural steps and security measures necessary for compliance with federal requirements.
    The document is an amendment to a government solicitation, identified as N0040624R0035, intended to address inquiries regarding an upcoming site visit related to a contract proposal. It establishes that the solicitation's terms remain unchanged while providing critical details about the site visit procedure. Key points include the clarification that a security clearance process is required, which can take several months, but arrangements may be made for on-site escorts for non-cleared contractors. Access to the base will necessitate the completion of DBIDS (Defense Biometric Identification System) requests prior to the visit. Although the site visit on August 28 is not mandatory for proposal submission, attendees are encouraged to arrive early to process their DBIDS. Additional inquiries address how contractors should coordinate their passage, points of contact for coordination, and the schedule for the site visit. Notably, concerns over the timeline for proposal submissions relative to contract execution were acknowledged. The document encapsulates essential instruction for contractors seeking to participate in the proposal process while emphasizing adherence to security and administrative protocols.
    This document is an official amendment to a solicitation, specifically aimed at extending the offer deadline for solicitation N0040624R0035. The original due date of September 5, 2024, has been postponed to September 13, 2024. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment by various methods outlined and note that failure to do so may result in rejection of their offer. The modification is facilitated by the NAVSUP FLC Puget Sound, with contact details provided for the contracting officer, Ashley Rollin. This document illustrates the government's procedural approach to managing requests for proposals (RFPs) and ensuring clear communication with contractors regarding deadlines and submission requirements in the federal procurement process.
    The government file pertains to an amendment of a solicitation for a contract involving the installation of a new audio-visual (AV) system for the U.S. Navy's Strategic Systems Programs (SSP) at the SWFPAC facility in Bangor, WA. The amendment includes answers to questions raised during a site visit and outlines specific requirements for the AV system, which must support classified and unclassified operations. Key elements include performance specifications like structured touch panel controls, business-grade monitors capable of 4K resolution, extensive audio systems, video conferencing capabilities, and system maintenance and training for users. Compliance with security measures, such as personnel ID regulations and clearances, is emphasized. The contractor must coordinate with the government regarding access to the naval base and adhere to safety and operational protocols within the sensitive environment. This document serves as a detailed guide for potential contractors to understand project expectations and compliance mandates, reflecting the structured requirements typical of government-related RFPs.
    The document outlines the configurations and capacities of server cabinets within a designated server room, indicating the separation of classified and unclassified equipment. There are several 42RU cabinets: two for unclassified use and one for classified with various sections available for utilization. Each cabinet's storage capabilities are detailed, revealing that several sections are utilized while others remain free. The setup accommodates both classified and unclassified video feeds, with flexibility in display for monitoring purposes. The description includes technical specifications about decoders, switches, fiber isolators, and power supplies that are integral to the control and distribution of video feeds throughout the server room. This file forms part of the broader context of federal infrastructure that likely pertains to Request for Proposals (RFPs) or grants focused on enhancing secure communication and data management capabilities. It serves as an essential document for understanding resource allocation and technical specifications relevant to government operations and compliance in IT infrastructure projects.
    The file details a government agency's requirements for server cabinets and video display technology. The agency seeks flexible solutions for managing both classified and unclassified information. They require cabinets with specific rack unit (RU) configurations, with a focus on maximizing available space. Additionally, they seek a central display switch system capable of showing classified and unclassified video feeds on any monitor. The agency emphasizes the need for spare slots and uplinks for future expansion. This procurement aims to enhance the agency's data management capabilities while maintaining strict security protocols. The detailed breakdown of requirements indicates a thoughtful approach to both current needs and future-proof expansion.
    The document outlines a solicitation for the procurement of an audio visual (AV) system installation and support for the US Navy’s Strategic Systems Programs (SSP) in Bangor, Washington. It details the requirements for a firm, fixed-price supply contract and establishes key dates, including an offer deadline and a tentative site visit date. The contractor must provide AV system installation, configuration, testing, and maintenance, ensuring all equipment meets the Department of Defense Information Network's Approved Products List standards. The scope includes designing control systems and maintaining accessibility, with a focus on reliability and optimization for future upgrades. Training and support are a critical part of the contract, alongside strict compliance with safety regulations and base access protocols. The document emphasizes the need for potential bidders to submit comprehensive proposals that cover all aspects of the project, while ensuring government interests, timelines, and compliance with various regulations are met. This RFP underscores the government's commitment to advancing its technological capabilities through qualified contractor engagement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    194 Wing AV Upgrade/Refresh
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking proposals for the upgrade and refresh of audio-visual (AV) equipment across three rooms at Camp Murray, Washington. The project aims to enhance AV capabilities to support hybrid meetings and remote collaboration, requiring the installation of advanced equipment such as cameras, microphones, speakers, and control panels. This initiative is crucial for improving communication and operational efficiency within the military environment, ensuring compliance with security standards and specifications. Interested small businesses, particularly those that are women-owned, must submit their quotes by September 10, 2024, with the total project cost expected to exceed $750,000. For further inquiries, potential bidders can contact the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil or reach out to MSgt Ryan Dugan at ryan.dugan.3@us.af.mil or by phone at 253-512-2174.
    Audio Visual Procurement & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified contractors for the procurement and installation of audio-visual (AV) systems in various conference rooms and office spaces. The project entails the installation of multiple AV components, including flat-panel displays, HDMI connections, a control system, and ceiling microphones, with a performance period of six months following the contract award. This initiative is crucial for enhancing communication and operational efficiency within the shipyard, supporting various project teams. Interested small businesses must submit their proposals by September 11, 2024, including a detailed description of products and services, and are encouraged to contact Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-438-3091 for further information.
    TECH SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for technical support services related to Honeywell Vindicator V3 intrusion detection systems at the Strategic Weapons Facility Pacific (SWFPAC) in Silverdale, Washington. The procurement aims to establish a firm-fixed-price service contract that includes maintenance services, technical support, engineering services, and program management, with a focus on providing 24/7 technical assistance and managing incidents related to the systems. This opportunity is set aside for small businesses, highlighting the government's commitment to fostering participation from smaller contractors in the defense sector. Interested parties must submit their proposals by 12:00 AM on September 9, 2024, and are encouraged to contact Tia L. Ozols at tia.l.ozols.civ@us.navy.mil for further inquiries.
    36 FSS - Technology Audio and Video Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified small businesses for the acquisition and installation of audio and video equipment at the Military & Family Readiness Center (M&FRC) in Guam, under solicitation number FA524024QM131. The project aims to replace damaged equipment following Super Typhoon Mawar, ensuring that all new installations, including a smart board, sound system, projector, and screen, are operational and compliant with relevant codes while minimizing disruption to ongoing operations. This procurement is critical for enhancing the technological infrastructure of federal facilities, thereby improving audiovisual capabilities in educational environments. Interested vendors must submit their proposals by September 13, 2024, at 10:00 A.M. Chamorro Standard Time, and should direct inquiries to A1C Keegan Tunnicliff at keegan.tunnicliff@us.af.mil or TSgt Samuel Gordon at samuel.gordon@us.af.mil.
    AWACS and Wedgetail SVTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for the installation of a video teleconferencing (SVTC) and audio-visual (A/V) system at Hanscom Air Force Base in Massachusetts. The project entails the purchase, installation, training, and maintenance of the equipment, which must be completed within 60 days post-award, with an initial performance period of one year and four optional additional years. This procurement is crucial for enhancing communication capabilities within military operations, ensuring compliance with Defense Information Systems Agency standards, and maintaining operational security. Interested contractors should register for a site visit by emailing the primary contact, Eric Ramos, at eric.ramos.4@us.af.mil, with a total budget of $34 million allocated for this effort. The deadline for registration is August 29, 2024, and the site visit is scheduled for September 4, 2024.
    ACQUISITION RECORDER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is soliciting quotes for the procurement of the A & D Engineering Inc. Acquisition Recorder, a critical piece of equipment for data acquisition and monitoring at the Puget Sound Naval Shipyard in Bremerton, Washington. The solicitation outlines specific requirements for the recorder, including support for multiple analog and logic channels, advanced monitoring capabilities, and compliance with federal acquisition regulations, emphasizing the importance of cybersecurity measures and contractor access protocols. Interested vendors must submit their completed quotes via email by 10:00 AM Pacific Time on September 9, 2024, ensuring they adhere to all outlined specifications and provide necessary documentation, including their CAGE CODE or DUNS number. For further inquiries, potential offerors can contact Kim Vo at kim.vo@dla.mil.
    MS ANG CRTC FY24 AUDIO VISUAL UPGRADE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mississippi Air National Guard Combat Readiness Training Center (CRTC), is soliciting proposals for an audio-visual upgrade project across multiple buildings, including Buildings 154, 60, and 113, with the aim of enhancing training environments through the installation of integrated audio, video, and conferencing technology. The project requires the installation of high-resolution projectors, screens, and audio systems, emphasizing capabilities for video teleconferencing and user-friendly interfaces. This procurement is critical for modernizing military training facilities and ensuring operational efficiency, with a contract award anticipated based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes by 2:00 PM CDT on September 16, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck at michael.hornbeck@us.af.mil or Mr. James Nelson at james.nelson.78@us.af.mil.
    WADS Security CCTV Repair and Improvement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the repair and improvement of the Closed-Circuit Television (CCTV) system at the Western Area Defense Sector building located at Joint Base Lewis McChord, Washington. The project involves replacing outdated CCTV components, including cameras and workstations, as well as installing new cabling and server/storage systems to enhance security capabilities. This initiative is critical for maintaining operational security and ensuring compliance with established surveillance standards within military facilities. Interested small businesses must submit their proposals by September 9, 2024, and are encouraged to attend a site visit on August 20, 2024, to better understand the project requirements. For inquiries, contact the 194th Contracting Office at 194.wg.fal.msc.contracting@us.af.mil or reach out to MSgt Ryan Dugan at ryan.dugan.3@us.af.mil or 253-512-2174.
    Warehouse Storage System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement and installation of a warehouse storage system at Fairchild Air Force Base, Washington. The project involves the installation of a pallet rack storage system, including heavy-duty racking, a carton flow system, and a PPE issue counter, all of which must comply with specific structural and seismic safety standards. This initiative is crucial for enhancing operational readiness and storage capabilities at the base, with a total annual revenue limit of $30 million under the NAICS code 493110. Interested vendors must submit their quotes electronically by 2:00 PM Pacific Time on September 17, 2024, following a site visit scheduled for September 10, 2024. For further inquiries, contact Matthew R. Richard at matthew.richard@us.af.mil or 509-247-7223.
    United States Naval Academy- AV Classroom Control Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide 38 classroom control systems for the United States Naval Academy. The procurement aims to enhance instructional technology by supplying systems capable of managing audio-visual equipment in classrooms, which are critical for effective teaching and learning. The selected contractor will deliver a Firm-Fixed-Price contract, with evaluation criteria focusing on technical compliance and pricing, while past performance may also be considered. Interested parties must submit their quotes electronically by 11:00 AM ET on September 9, 2024, and direct any questions to Cody Witz at cody.s.witz.civ@us.navy.mil by 3:00 PM on September 6, 2024.