AWACS and Wedgetail SVTC
ID: F2BDBD4166A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Other Computer Related Services (541519)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

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

    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.

    Files
    Title
    Posted
    This document outlines a federal Request for Proposal (RFP) regarding a Purchase, Installation, Training, and Service Agreement/Warranty over a four-year period, segmented into base and option years. Each year encompasses specific services related to maintenance, training, and service in accordance with the Statement of Work (SOW) dated August 21, 2024. The base year, alongside option years 1 through 4, are listed with corresponding Contract Line Item Numbers (CLIN) but lack specified unit prices and totals. The document emphasizes the importance of ongoing support and training throughout the contract period, reflecting a commitment to ensuring operational readiness and effective use of the services provided. The absence of monetary figures suggests that the pricing details may be determined during the bidding process, which is typical in government procurements. Overall, this file illustrates standard practices for structuring government contracts while prioritizing service continuity over time.
    The document outlines a combined Synopsis/Solicitation (RFP) for the installation of a video teleconferencing (SVTC) and audio-visual (A/V) system at Hanscom Air Force Base, MA, managed by the U.S. Air Force. The solicitation (F2BDBD4166A001) specifies the requirement for small businesses, with a total budget of $34 million. Key aspects include the procurement, installation, training, and maintenance of the equipment, which is to be completed within 60 days post-award, with an initial performance period of one year plus four optional additional years. It stresses the importance of adhering to proposal submission guidelines, including maximum page limits and required documentation. A site visit is scheduled for interested contractors to understand the requirements firsthand. The evaluation process emphasizes technical capability and pricing, with contracts awarded to those demonstrating a clear understanding of the project and meeting the minimum standards. This solicitation reflects the government's commitment to utilizing small businesses while following federal acquisition regulations in facilitating necessary upgrades at military facilities.
    The document centers on a question raised during a site visit regarding the viability of Crestron solutions for a government requirement. The inquiry stemmed from a perceived restriction within the requirement documents that seemingly barred the use of Crestron. However, the government's official response clarifies that there is neither a requirement for nor a restriction against employing a Crestron solution to meet the specified requirements. This exchange underscores the importance of clear communication regarding technical specifications and alternative solutions in the context of government RFPs, which often involve strict compliance to allow a diverse range of possible vendors and solutions without undue limitations.
    The Statement of Work for the AFLCMC/HBS outlines the installation of a video teleconferencing (VTC) unit and an audio-visual (A/V) system in conference room 3N-304 at Hanscom AFB, MA. The project involves purchasing, installing, and maintaining equipment that adheres to Defense Information Systems Agency (DISA) policies and standards, ensuring classified connections. Key features include HD cameras, large 4K displays, audio controls, and a secure classified sign. The vendor will also provide training for government personnel and a service agreement including maintenance and support for one base year and four options. The installation is to commence within 30 days of contract award, concluding with a one-year warranty upon completion. The document emphasizes technical compliance and the need for thorough orientation on the new equipment's functionalities, supporting the government’s goal of enhancing its communication capabilities while ensuring operational security.
    The document outlines wage determinations under the Service Contract Act (SCA) for federal contracts, emphasizing minimum wage requirements tied to recent Executive Orders. Effective for contracts after January 30, 2022, the minimum wage is $17.20 per hour, or at the applicable wage rate, for all covered workers in specific Massachusetts municipalities. For contracts established between January 1, 2015, and January 29, 2022, a lower wage of $12.90 per hour applies unless otherwise specified. The document lists various occupations with corresponding wage rates and fringe benefits, including health and welfare, vacation, and holiday provisions. Additionally, it specifies guidelines for contractor requirements, worker protections, and fringe benefits under Executive Orders, including paid sick leave and uniform allowances. A process for classifying additional job titles through a conformance request is detailed, outlining the procedure for securing proper wage rates for unlisted classifications. This wage determination is significant for contractors seeking to comply with government regulations while ensuring fair pay for workers engaged in government contracts. The document serves as a guideline to ensure compliance with federal labor laws and outlines protections for employees under the SCA, reinforcing the commitment to worker rights within government contracts.
    Lifecycle
    Title
    Type
    AWACS and Wedgetail SVTC
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Video Teleconferencing Programming for Conference Room
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide video teleconferencing (VTC) installation and programming services for a conference room at Mountain Home Air Force Base in Idaho. The project involves upgrading existing VTC systems to ensure compatibility with both Non-secure and Secure Internet Protocol networks, including the integration of Microsoft Teams functionality and compliance with AMX software and CISCO VTC equipment standards. This procurement is crucial for enhancing communication capabilities within the military context, reflecting the Air Force's commitment to modernizing its technology while promoting small business participation in government contracts. Interested parties must submit their quotes by 10:00 AM on September 4, 2024, and can contact Elizabeth Hughes at elizabeth.hughes.5@us.af.mil or 208-728-3109 for further information.
    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 entails the design, installation, and support of a comprehensive A/V system, including a touch panel for user control, ceiling-mounted microphones, quality ceiling speakers, and a UHD IP camera, all while adhering to federal regulations and ensuring user-friendly functionality without internet reliance. This procurement is part of a total small business set-aside initiative, with a site visit scheduled for September 12, 2024, and proposals due by September 19, 2024, at 2:00 PM CST. Interested vendors should direct inquiries to Samantha I. Conger at samantha.conger@us.af.mil or call 228-377-1832.
    FY24 - LeMay Center SVTC Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of an additional camera for the Secure Video Teleconference (SVTC) system at the LeMay Center in Montgomery, Alabama. The requirement includes the Vaddio ROBOSHOT 30E ONELINK HDMI SYS or an equivalent, featuring advanced PTZ capabilities, high-definition output, and multiple output connections, along with full installation and training for support personnel. This enhancement is crucial for facilitating interactive presentations during various educational courses and classified communications, ensuring effective engagement between speakers and audiences. Interested contractors must submit their quotes by September 20, 2024, at 2:30 PM CDT, and should contact Rachelle Allen at rachelle.allen.3@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil for further information.
    140 CES Conference Room VTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking quotes for a Firm Fixed Price contract to equip the 140th Civil Engineering Squadron's conference room with advanced audiovisual technology and video conferencing capabilities. The procurement includes the installation of three 75-inch 4K flat panel displays, an overhead microphone, a comprehensive video conferencing system, and various HDMI components, all to enhance communication and collaboration within the facility. This Total Small Business Set-Aside opportunity emphasizes the importance of modernizing military facilities to support operational efficiency and effective communication. Interested vendors must submit their quotes by September 20, 2024, and are encouraged to attend a site visit on September 12, 2024, with all inquiries directed to Capt Jacob Geroux at jacob.geroux.1@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.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 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.
    JOC AV PROJECT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for audiovisual (A/V) equipment to be delivered to RAF Mildenhall in the United Kingdom under solicitation number FA558724Q0112. The project aims to enhance Command & Control (C2) capabilities for special operations missions by providing high-performance A/V equipment, including a laser projector and associated installation materials, to improve communication and decision-making in dynamic environments. Interested vendors must submit their quotes by September 24, 2024, and direct inquiries to the primary contact, Rylan Stafford, at rylan.stafford@us.af.mil, or the secondary contact, MSgt Jaime Compean, at jaime.compean@us.af.mil, by September 20, 2024. The contract will be awarded following the confirmation of appropriated funds, with a delivery timeframe of 90 days post-award.
    Landing Zone Audio Visual
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of outdated audio-visual (AV) equipment at Cannon Air Force Base in New Mexico. The project involves assessing, removing, and installing new AV systems across several designated areas, including the Escape Room and Air Commando Room, with a focus on enhancing user experience and ensuring compliance with modern standards. This upgrade is critical due to the current equipment's malfunctions, and the selected contractor will be required to complete the work within 90 days of contract award, providing a detailed project timeline and a three-year warranty on the installed systems. Interested contractors should contact SrA Josh Lee or Allison Burgess for further details, noting that the estimated contract value is less than $250,000 and that funding is contingent upon appropriated funds availability.
    LeMay VTC CISCO WebEx Software/Hardware
    Active
    Dept Of Defense
    The Department of the Air Force is seeking quotes for the procurement of CISCO WebEx software and hardware to enhance video-teleconferencing capabilities at Maxwell Air Force Base in Montgomery, Alabama. The requirement includes the design, installation, and customer technical support for a distributed multipoint video-conferencing platform that must support secure communications across three designated rooms, utilizing new equipment from CISCO and other manufacturers. This initiative underscores the importance of modernizing communication technologies within secure environments, ensuring compliance with USAF and DoD security standards. Quotes are due by September 20, 2024, and must be submitted via email to SSgt Tyrel Tinsley and Ms. Kimberly Knott, with the contract awarded based on the lowest priced acceptable quote.
    CONFERENCE ROOM UPGRADES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of conference room upgrades, specifically targeting audio-visual equipment and support services. The project aims to enhance existing systems in various conference rooms by integrating brand-specific equipment from manufacturers such as VADDIO, EXTRON, CRESTRON, QSC, SHURE, INC., and ATLAS SOUND, ensuring compatibility with current installations. This initiative is crucial for improving communication capabilities within the facility, particularly for meetings and training sessions. Interested small businesses must submit their proposals by September 19, 2024, and are encouraged to contact Diana Moses at diana.moses@navy.mil or 540-742-8868 for further details and to confirm participation in a scheduled site visit on August 19, 2024.
    Synopsis of Solicitation for Iron Bow/Training Room Upgrades
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Knox, is seeking to procure audiovisual hardware and software upgrades for the USAFMSA Training/Conference Room located at Fort Belvoir, Virginia. The objective is to enhance the existing systems to facilitate stable and user-friendly collaboration using DoD/Army approved video teleconferencing systems, such as Microsoft Teams, within a 90-day period following contract award. This project is crucial for improving communication and operational efficiency among various internal and external organizations. The anticipated award date is September 28, 2024, with a contract duration extending through September 28, 2025, and an option for four additional periods. Interested parties should contact Madison Bennett or Heather Green-Trueblood via email for further details, as the solicitation will not be available on SAM.gov.