David Grant Medical Center's (DGMC) Simulation Center Audiovisual System Upgrade
ID: FA442725Q1001Type: 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

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 7:00 PM UTC
Description

The Department of Defense, through the 60th Contracting Squadron, is soliciting quotations for an Audio-Visual (AV) System Upgrade at the David Grant Medical Center's Simulation Center located at Travis Air Force Base in California. The project aims to enhance the AV capabilities of the facility, which is critical for training medical personnel, by replacing outdated equipment and installing new systems that include high-definition cameras and microphones. This procurement is set aside for Historically Underutilized Businesses (HUBZone) under NAICS Code 334310, with quotes due by January 23, 2025, following a mandatory site visit on January 6, 2025. Interested contractors should contact Mr. Clark Teninty at clark.teninty.1@us.af.mil or Ms. Maekyla Rosendo at maekyla_jane.rosendo.3@us.af.mil for further details and to confirm attendance at the site visit.

Files
Title
Posted
Jan 15, 2025, 10:05 PM UTC
The 60th Contracting Squadron at Travis Air Force Base has issued Amendment 1 to the combined synopsis and request for quotation (RFQ) FA442725Q1001 for the DGMC Sim Center AV System Upgrade. This memorandum communicates changes to the original solicitation, primarily the extension of the RFQ response deadline to January 23, 2025, at 11:00 AM PST, allowing vendors additional time to review related information and adjust their quotes. The solicitation is designated as a Historically Underutilized Business (HUBZone) set-aside, under NAICS code 334310 for audio and video equipment manufacturing. Interested offerors are urged to consult the entire solicitation and provided documents, which include previous RFIs, blueprints, and security requirements to ensure compliance. All quotes submitted after the new deadline will be rejected. The objective of this amendment is to clarify procedures and foster competitive bidding for the AV system upgrade project at the DGMC Sim Center.
Jan 15, 2025, 10:05 PM UTC
The 60th Contracting Squadron is soliciting quotes for an Audio-Visual (AV) System Upgrade at the DGMC Simulation Center as part of a Combined Synopsis/Solicitation. This contract aims to refresh the 9 ARS Auditorium and involves services and materials outlined in the Statement of Work. The solicitation is set aside for Historically Underutilized Businesses (HUBZone), categorized under NAICS Code 334310 (Audio and Video Equipment Manufacturing), with a small business size limit of 750 employees. Quotes must be submitted by 16 January 2025, and a site visit is scheduled for 6 January 2025. Prospective contractors are reminded of the need for accountability and must provide documentation demonstrating financial stability, past performance, and technical capability per FAR requirements. The evaluation will focus on both technical capability and price, considering overall benefit to the government. Bids will be awarded based not just on the lowest price but on comprehensive value. The solicitation includes various clauses and provisions linked to federal acquisition regulations, emphasizing compliance with statutes regarding contractor integrity and responsibility.
Jan 15, 2025, 10:05 PM UTC
The document outlines the requirements and specifications for upgrading the audiovisual (AV) system at the David Grant Medical Center. Key points include the need for existing system diagrams, confirmation of AV equipment reusability, and the maintenance plan for the new installation. The contractor must utilize existing data and power cabling and may need to include conduit installation if necessary. A one-year standard maintenance and warranty period is accepted, with further support available through a separate contract afterward. The AV system will operate independently of the Military Network and must be capable of remote access for playback. Specific equipment requirements, such as HDMI and VGA connections, camera integration, and acoustic considerations, are also highlighted. Additionally, the document addresses security protocols for personnel, equipment storage, insurance requirements, and budgeting without disclosing precise financial figures. The purpose of this document aligns with government RFP processes, ensuring that the project adheres to regulatory compliance while enhancing the facility's medical training capabilities. Overall, it emphasizes careful planning and detailed execution in the AV equipment upgrade project.
Jan 15, 2025, 10:05 PM UTC
The document outlines the infrastructure and equipment requirements for the 60th Medical Group (MDG) Simulation Center, detailing changes and upgrades needed in several training rooms and control rooms. Each training room is to be equipped with audiovisual components, including ceiling-mounted cameras, microphones, and speakers, all connected to control rooms for live monitoring and recording. The document specifies that existing CAT-6 drops and VGA lines will be utilized while requesting additional HDMI drops for enhanced connectivity. The control rooms house workstations that manage the audiovisual feeds and recordings from the training rooms. There is a focus on integrating these systems to ensure seamless communication and training effectiveness. The document serves as a request for proposals (RFP) aimed at enhancing the simulation environment for training medical personnel, indicating a commitment to modernizing technology and improving training capabilities within the federal healthcare system. This aligns with broader governmental goals of supporting effective medical training and preparedness.
Jan 15, 2025, 10:05 PM UTC
The document outlines the layout and specifications for various medical facilities at the David Grant Medical Center, managed by the United States Air Force at Travis Air Force Base. It details specific areas including patient rooms, a dialysis unit, and specialized simulation rooms, specified in terms of square footage and required pressure levels (SF/PSF). The data includes a zone map crucial for planning and operational purposes, indicating dimensions and configurations necessary for adherence to health and safety regulations set by the Office of the Surgeon General and the US Army Corps of Engineers. This information is relevant for stakeholders involved in building renovations, providing a blueprint for enhancing the medical infrastructure while ensuring compliance with federal standards.
Jan 15, 2025, 10:05 PM UTC
The 60th Medical Group at Travis AFB, CA, is seeking a contractor to upgrade its Simulation Center's audiovisual (AV) system. The project includes the installation of a new AV system to replace existing equipment, ensuring enhanced functionality for training purposes. Key deliverables encompass removing outdated equipment, providing training for staff, and installing cameras, microphones, and control workstations, all tailored to MDG specifications. The contractor is responsible for managing all aspects of installation, including tools, personnel, and transportation. A user guide will be provided to facilitate understanding and operation of the new system, which will include high-definition cameras and microphones for real-time audio and video recording. The project requires completion within ten business days post-award, with a warranty covering workmanship for one year. In addition, the contractor must ensure that the AV system is operational without connecting to military networks and provide maintenance manuals for the equipment. This initiative reflects the government's commitment to improving training capabilities within military medical facilities by leveraging advanced technology. Contact details for coordination with the Medical Group are provided, emphasizing a structured approach to project execution.
Jan 15, 2025, 10:05 PM UTC
The TAFB Security Requirements outline the stringent security protocols for contractors seeking access to Travis Air Force Base (TAFB), a closed base. Contractors must undergo identity proofing and vetting, including background checks through NCIC and CLETS, unless they hold a verified government security clearance. A range of acceptable identification forms is listed, emphasizing the importance of compliance with the REAL ID Act for state-issued IDs. Contractors are responsible for ensuring that their personnel meet these requirements and for submitting base pass requests to the 60th Contracting Squadron at least 45 days prior to contract initiation. Contractors with prior disqualifications from federal installations or criminal convictions may be denied access, aligned with specified disqualifying criteria. The guidance details responsibilities for both primary contractors and individual workers regarding identification, vehicle registration, and reporting status changes. In increased Force Protection Conditions, access protocols are heightened, with non-essential contractors potentially being suspended. The document also mandates participation in security training and outlines procedures for lost or revoked access credentials, ensuring a comprehensive approach to maintaining installation safety and security standards. Overall, the document emphasizes contractor accountability in adhering to security measures essential for operational integrity at TAFB.
Jan 15, 2025, 10:05 PM UTC
This document outlines the disqualifying criteria for individuals seeking installation access to federal or military facilities. It establishes a comprehensive list of conditions under which access can be denied, primarily focused on security and safety concerns. Key disqualifying factors include known or suspected terrorist affiliations, inability to verify identity, previous bans from federal facilities, outstanding warrants, serious criminal convictions (e.g., espionage, murder, sex offenses), and a history of systemic or extensive criminal behavior. The criteria further stipulate that individuals with multiple felonies or violent misdemeanors within the past decade may also be barred from access, aimed at ensuring that those posing an unacceptable risk to the installation are excluded. This set of guidelines plays a critical role in enforcing security protocols in the context of government RFPs, federal grants, and local projects, highlighting the importance of safeguarding facilities from potential threats.
The TAFB Security Requirements outline the access protocols and identity verification measures for contractors at Travis Air Force Base. As a closed base, it mandates contractors to undergo identity proofing and vetting, including NCIC and CLETS checks, unless they possess a valid government security clearance verifiable through JPAS. Acceptable forms of identification range from U.S. Passports and driver’s licenses to various government-issued IDs. The document specifies contractor responsibilities, including notifying the military of personnel changes, maintaining proper identification, and adhering to security measures during increased Force Protection Conditions (FPCON). Disqualifying criteria for access include known terrorist affiliations, felony convictions, and listed names on watch lists. The primary contractor is responsible for compliance and coordination with the base’s 60th Contracting Squadron. Additionally, protocols for lost passes, security training, and handling sensitive information are included. The comprehensive guidelines ensure that security is upheld while granting necessary access to personnel involved in contracts at the Air Force Base, reflecting the operational security protocols vital for military installations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
AV Conference Room Update
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the AV Conference Room Update project, which involves the procurement of audio visual equipment and its embedded installation. This initiative aims to enhance the functionality of conference rooms by upgrading existing audio and video systems, which are critical for effective communication and collaboration within military operations. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 334310 for Audio and Video Equipment Manufacturing. Interested vendors can reach out to Hiram Rodriguez at hiram.rodriguez16.civ@army.mil or 520-693-5928, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
WSA JA COURTROOM AV UPGRADES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the WSA JA Courtroom AV Upgrades at Altus Air Force Base, Oklahoma. The project aims to enhance courtroom technology by upgrading audio-visual and networking systems to meet the standards set by the Federal Court System, facilitating better evidence presentation and remote participation during trials. This initiative is crucial for modernizing courtroom operations, improving efficiency, and reducing reliance on paper documentation. Interested small businesses must submit their proposals by April 11, 2025, and direct any questions to Lauren Coleman at lauren.coleman.4@us.af.mil or Kevin Pillow at kevin.pillow@us.af.mil by March 28, 2025. Please note that funding is currently unavailable, and the government reserves the right to cancel the solicitation at any time without reimbursement obligations.
DE01 - Audiovisuals System Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide audiovisual system support services at the Naval Postgraduate School in Monterey, California. The procurement involves maintenance, advising, design, and installation services for audiovisual and videoconferencing systems across various facilities, including classrooms, conference rooms, labs, and auditoriums. These services are crucial for enhancing communication and learning environments within the institution. Interested small businesses are encouraged to contact Amber Haverstick at 619-556-5321 or via email at amber.m.haverstick.civ@us.navy.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 541330.
766 ESS SVTC Conference Room Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and testing of a SIPR Secure Video Teleconferencing (VTC) System at Joint Base Pearl Harbor-Hickam, Hawaii. The objective of this procurement is to modernize the existing VTC systems to enhance secure communication capabilities and improve mission situational awareness, requiring compliance with Defense Information Systems Agency standards and integration with existing audio-visual equipment. This project is critical for ensuring secure communications within military operations, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, pending the availability of funds. Interested contractors must submit their quotes by April 14, 2025, and can direct inquiries to Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil.
IT EQUIPMENT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of IT equipment at Eglin Air Force Base in Florida. The procurement includes electronic display, audio, and video devices for a multi-purpose room, with strict compliance to technical and security standards, including Energy Star compliance and Information Assurance regulations. This opportunity is crucial for enhancing operational capabilities and ensuring secure communication within military environments. Interested vendors must RSVP for a site visit by March 28, 2025, submit questions by April 3, 2025, and provide quotes by April 18, 2025, with all submissions adhering to Federal Acquisition Regulation guidelines. For further inquiries, vendors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
FY25 - OG Secure VTC
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconference (VTC) systems at McConnell Air Force Base in Kansas. The project entails upgrading existing VTC capabilities in Room 212 to support both classified and unclassified communications, as well as installing a secure VTC system in Room 214, in compliance with the Global Video Services (GVS) VTC Security Technical Implementation Guides (STIG). This procurement is crucial for enhancing communication capabilities within the 22d Operations Group, ensuring that both rooms can facilitate secure and effective teleconferencing. Interested contractors must submit their proposals by April 9, 2025, with inquiries directed to A1C Warnage Fonseka at warnage.fonseka@us.af.mil or Mrs. Sugeys Allen at sugeys.allen.1@us.af.mil.
B1612 VTC Annual Support Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the B1612 VTC Annual Support Maintenance contract at Hanscom Air Force Base in Massachusetts. This procurement involves providing service and preventive maintenance for two Audio Visual (AV) rooms within the Video Teleconferencing (VTC) Center, including biannual maintenance visits and on-demand support during business hours. The selected contractor must be located within a 100-mile radius to ensure rapid response times and will be evaluated based on technical capability, pricing, and compliance with federal regulations. Interested small businesses must submit their proposals in the specified format, register in the System for Award Management (SAM), and adhere to the outlined timeline for submissions. For further inquiries, potential bidders can contact Clarissa Baker at clarissa.baker@us.af.mil or Ashleigh ONeal at ashleigh.oneal@us.af.mil.
Travis AFB Hangar FCX Power System Repair and Maintenance
Buyer not available
The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
RTAMS Audio/Visual CM/PM Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide audio/visual corrective maintenance and preventative maintenance services for the Range Training Area Maintenance Section (RTAMS) at Marine Corps Base, Twentynine Palms, California. The contract encompasses a Base Year plus two Option Years, focusing on maintaining the operational condition of existing audio and visual equipment in designated classrooms within Building 1707. This procurement is critical for ensuring the functionality and longevity of essential training equipment used by military personnel. Interested parties should contact Randy Zielinski at randy.zielinski@usmc.mil or 760-830-5336, or Pedro Tirado at pedro.tirado@usmc.mil or 760-830-5124 for further details, as the work is expected to commence upon receipt of the order.
Brand Name David Clark 40600G-05 H10-13X Headsets and Comfort Kits
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of Brand Name David Clark 40600G-05 H10-13X Headsets and Comfort Kits, intended for use at Davis-Monthan Air Force Base in Tucson, Arizona. This opportunity is a total Small Business set-aside under NAICS code 334220, focusing on the manufacturing of radio and television broadcasting and wireless communications equipment. The selected contractor will be required to provide a firm-fixed price purchase order based on the lowest price and technical capability, with quotes due by April 11, 2025, and all inquiries to be submitted by April 10, 2025. Interested parties should contact Andrew Johnson at andrew.johnson.162@us.af.mil or Joshua Miao at joshua.miao.1@us.af.mil for further details.