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, specifically the Department of the Navy, is seeking contractors for an Audio Visual System Upgrade at the NAVSUP Fleet Logistics Center in Puget Sound, Washington. The procurement involves the installation and support of an advanced audio-visual system that must accommodate both classified and unclassified operations, including features such as structured touch panel controls, 4K resolution monitors, and comprehensive audio and video conferencing capabilities. This project is critical for enhancing communication and operational efficiency within the U.S. Navy's Strategic Systems Programs at the SWFPAC facility. Interested contractors must submit their proposals by September 14, 2024, and are encouraged to contact Ashley Rollin at ashley.a.rollin@navy.mil for further inquiries regarding the solicitation and site visit requirements.

    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 pertains to an amendment of a solicitation for a government contract, specifically extending the offer due date from September 13, 2024, to September 14, 2024, at 5:00 PM. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Contractors are instructed to acknowledge the receipt of this amendment prior to the specified deadline, either by returning signed documentation or through other acknowledged communications. The amendment is issued by the NAVSUP Fleet Logistics Center in Puget Sound, Washington, and reference is made to the original solicitation number N0040624R0035 and the fifth amendment to it. The amendment highlights critical procedural steps for the contractors regarding their offers and encloses necessary administrative details for compliance. This document underscores the importance of adhering to deadlines in federal procurement processes and ensuring proper communication and documentation from contractors.
    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
    58--A/V Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    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 seeking proposals for an audio/visual upgrade project across multiple buildings, including Buildings 154, 60, and 113. The procurement aims to enhance training environments by installing integrated audio, video, and conferencing technology, which includes high-resolution projectors, screens, and audio systems, with a focus on facilitating video teleconferencing and BYOD capabilities. This upgrade is crucial for modernizing military training facilities and ensuring operational efficiency, with a contract expected to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes by 2:00 P.M. CDT on September 19, 2024, to the designated contacts, SMSgt Michael S. Hornbeck and Mr. James Nelson, at the provided email addresses.
    CC Conference Room AV Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an audio/visual upgrade of the CC Conference Room at Keesler Air Force Base in Biloxi, Mississippi. The project requires the design, installation, and support of a comprehensive A/V system, including a touch panel, presentation switcher, ceiling-mounted microphones, speakers, and a UHD IP camera, all compliant with federal regulations and operational without internet connectivity. This upgrade is crucial for enhancing communication capabilities within the military facility, ensuring a user-friendly experience for personnel. Interested small businesses must attend a site visit on September 12, 2024, and submit their proposals by the deadline of September 27, 2024. For further inquiries, contact Samantha I. Conger at samantha.conger@us.af.mil or 228-377-1832.
    Air National Guard Readiness Center Atrium Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Air National Guard Readiness Center, is seeking proposals for the upgrade of the atrium's audio-visual system at Joint Base Andrews in Maryland. The project requires the installation of a comprehensive audio-visual system, including three 40 UHD PTZ cameras, a 700-watt audio amplifier, a 12-input mixer, and loudspeakers, designed to enhance the quality of recordings for military events such as all calls and commencements. This upgrade is crucial for ensuring clear audio and high-resolution visuals, thereby improving communication and engagement during significant military gatherings. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their quotations by September 18, 2024, with offers remaining valid for 90 days. For further inquiries, potential bidders can contact James Tinsley at james.tinsley.3@us.af.mil or Jose Peregrinaflores at jose.peregrinaflores@us.af.mil.
    VTC Equipment Purchase and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the purchase and installation of Video Telecommunication (VTC) equipment at the Marine Corps Base in Quantico, Virginia. The project involves replacing an outdated Cisco SX80 Codec with two new compliant systems, along with necessary audiovisual equipment, to enhance operational capabilities for high-level military leadership. This procurement is critical as the current system will be unsupported after October 2024, impacting classified communications. Interested vendors must submit their proposals by September 18, 2024, and can direct inquiries to Codey Burnham at codey.burnham@usmc.mil or Gabriela Gonzalez at gabriella.gonzalezc@usmc.mil. The project is designated as an 8(a) set-aside, encouraging participation from small businesses, particularly service-disabled veteran-owned enterprises.
    Intent to Sole Source Headlight Audio Visual INC for AV Equipment Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, intends to award a sole source Firm-Fixed Price contract to Headlight Audio Visual INC for the installation of audio-visual (AV) equipment. The procurement is necessitated by the unique qualifications of the contractor, which are essential for maintaining compatibility with existing AV systems across various conference rooms, thereby ensuring operational efficiency and minimizing training requirements for users. This acquisition is critical for standardizing AV systems within the shipyard, with an urgent need for timely delivery within one year post-award. Interested parties may express their interest and capability by contacting Sarashea Falla at sarashea.falla.civ@us.navy.mil or by phone at 207-438-3874.
    Audio Video Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Audio Video Upgrade at Keesler Air Force Base in Biloxi, Mississippi. The project aims to enhance the audiovisual systems in Building 6732, requiring contractors to provide comprehensive services including equipment supply, installation, and training for personnel on system operations. This upgrade is crucial for improving communication capabilities during online meetings and ensuring that the systems operate independently from the Air Force Network (AFNET). Interested small businesses, particularly those that are women-owned, must submit their proposals by September 18, 2024, with inquiries directed to SrA Kristopher Kostenko at kristopher.kostenko@us.af.mil or by phone at 228-377-8596.
    5805 PACSTAR PHONE SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of PACSTAR phone systems to support operations at SRF Sasebo, Japan. This procurement involves a firm, fixed-price supply contract for specific PACSTAR products, including phone systems and servers, and is open to authorized distributors only, following compliance with various Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The solicitation has undergone amendments, extending the proposal submission deadline to September 17, 2024, at 11:59 AM PST, and removing the previous 100% Small Business Requirement, now allowing unrestricted participation. Interested contractors must acknowledge the amendments and ensure they are registered in the System for Award Management (SAM) to be eligible for the award. For further inquiries, contact Lorraine Small at LORRAINE.M.SMALL.CIV@US.NAVY.MIL.
    58--FLIGHT DECK MISSION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of spare parts under the title "58--FLIGHT DECK MISSION." This procurement focuses on audio and video equipment manufacturing, particularly intercommunication and public address systems for airborne applications. The goods are critical for maintaining operational readiness and ensuring effective communication on flight decks. Interested vendors can reach out to Dylan E. Payne at 215-697-2579 or via email at dylan.e.payne.civ@us.navy.mil for further details, as the procurement process is ongoing with no specific funding amount or deadline mentioned in the overview.
    FY24 AFLCMC Auditorium Audio Visual - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting contractor services for the upgrade of the audio-visual (AV) system in the Building 892 Auditorium at Maxwell-Gunter Annex, Alabama. The project entails the installation of new AV equipment, including a video wall, wireless microphones, ceiling speakers, and a touch panel control system, while ensuring compliance with relevant codes and regulations. This initiative is crucial for modernizing the auditorium's AV capabilities, thereby enhancing operational support for presentations and meetings. Interested contractors should contact A1C Troy Cournoyer at troy.cournoyer@us.af.mil or 334-953-3100, with a delivery date for project completion set for September 30, 2024.