Conference Center AV Upgrade Consultant
ID: 2025-PZI-1587Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified consultant for an Audio Visual (AV) upgrade at the Hanscom Conference Center located at Hanscom Air Force Base in Massachusetts. The consultant will be responsible for assessing existing AV systems, specifying new equipment, and developing detailed Statements of Work (SOWs) for multiple conference rooms, ensuring compliance with security standards such as Intelligence Community Directives and DISA Security Technical Implementation Guides. This project is crucial for enhancing communication capabilities, including secure video conferencing and unclassified presentations, and is set aside for small businesses under NAICS code 541512, with a performance period of 12 weeks from the award date. Interested parties must submit their proposals by August 27, 2025, and can direct inquiries to Brittany Colton at brittany.colton@us.af.mil or Kristin Morrison at kristin.morrison.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a blank cost proposal or rate sheet, likely part of a Request for Proposal (RFP) or a federal grant application. It is structured to itemize labor costs for roles such as Engineering, Project Manager, Documentation, and Designer, with sections for 'QUANTITY,' 'RATE,' 'HOURS,' and 'TOTAL.' It also includes lines for 'Sub total' and 'Travel (if needed),' culminating in a 'Total' project cost. The purpose of this document is to allow a vendor or grantee to provide a detailed breakdown of estimated expenses for services and potential travel, enabling the government entity to evaluate the financial aspect of a proposed project or service.
    This Combined Synopsis/Solicitation (Solicitation Number: 2025-PZI-1587) is a Request for Quote (RFQ) for an Audio Visual (AV) Upgrade at the Hanscom Conference Center, Building 1106, Hanscom AFB, MA. It is a total small business set-aside with NAICS Code 541512 and a small business size standard of $34 million. The consultant must have proven experience in AV installation, secure video conferencing, and compliance with Intelligence Community Directives (ICD)/Intelligence Community Standards (ICS) 705 and TEMPEST requirements, as well as DISA STIGs. All equipment must be Trade Agreements Act (TAA) compliant and SVTC equipment on DISA’s Approved Products List. The period of performance is six weeks from the award date. A mandatory site visit is scheduled for August 4, 2025, with registration required by July 30, 2025. Quotes are due by August 14, 2025, and will be evaluated based on the lowest evaluated price of technically acceptable offers. Submissions must include a technical proposal and a completed bid schedule, not exceeding 25 pages, and adhere to specific FAR and DFARS provisions, including those concerning telecommunications equipment and services.
    This document is a combined Synopsis/Solicitation (RFQ) for an Audio Visual (AV) upgrade at the Hanscom Conference Center, Building 1106, Hanscom AFB, MA 01731. The Air Force is seeking a consultant with expertise in AV engineering, installation, secure video conferencing, and compliance with Intelligence Community and DISA security standards. The contract is a Total Small Business Set-Aside with NAICS code 541512 and a $34 million size standard. The period of performance is 12 weeks from the award date. Offerors must be SAM-registered, adhere to specific proposal instructions, and provide a technical proposal, bid schedule, and representations regarding telecommunications and video surveillance equipment. A site visit is scheduled for August 4, 2025, with questions due by August 6, 2025, and offers by August 27, 2025. Proposals will be evaluated based on technical capability, small business status, past performance (all acceptable/unacceptable), and then price, with the award going to the lowest-priced, technically acceptable offer.
    This government document is a combined synopsis/solicitation for a Request for Quote (RFQ) to upgrade the audio-visual (AV) systems at the Hanscom Conference Center. It outlines that the project is intended for small businesses and details the requirements for contractors, stressing the necessity for expertise in AV technology and compliance with federal security standards, including those from the Intelligence Community. The performance period is set at six weeks post-award, and interested contractors must be registered in the System for Award Management (SAM). The RFQ emphasizes the importance of a technical proposal demonstrating an understanding of the government’s requirements, and that this proposal will be evaluated based on technical merit and price, favoring the lowest evaluated price of technically acceptable offers. Moreover, a site visit is mandated to familiarize contractors with the project needs, and various provisions and clauses from the Federal Acquisition Regulation (FAR) are included to ensure compliance. Overall, the document serves as a structured outline for acquiring necessary AV upgrades at the specified government location, facilitating competition among qualified small businesses while ensuring adherence to regulatory requirements.
    The document outlines a framework for AV companies, likely within a government RFP or grant context, detailing roles, rates, and services. It lists key positions such as Engineering Project Manager, Documentation specialist, and AV Designer, along with their associated hourly rates (currently listed as $0.00). The document also includes a section for "HOURLY RATES OF AV COMPANIES," featuring companies like Karcher Group, CCS, and VISION WORKS, suggesting a competitive bidding or comparative analysis component. Descriptions for each role specify responsibilities, including managing project lifecycles, producing AV packages, blueprints, and ensuring the integration of the latest technology. The overall purpose appears to be to standardize service offerings and cost structures for AV-related projects, facilitating clear expectations and comparisons for government procurement.
    The document outlines a proposal for audio-visual (AV) project management and design services, likely in response to federal or state RFPs or grants. It specifies the roles required, including Engineering Project Manager and AV Designer, and indicates a focus on ensuring timely completion of deliverables such as blueprints and design drawings. The necessity for utilizing the latest technology in AV systems is emphasized, suggesting the importance of competent design to meet project specifications. Notably, no specific dollar amounts are listed, resulting in a subtotal and travel cost of $0.00, pointing to either preliminary estimation or the need for further financial details. The document references several AV companies—Karcher Group, CCS, and Vision Works—providing an average hourly rate, but again does not quantify these rates. The structure includes a breakdown of roles, responsibilities, and expected outputs, which are critical for maintaining project integrity and achieving compliance with government requirements, though specifics remain unprovided. Overall, this summary stresses the importance of project management in executing AV-related government contracts while highlighting the need for precise and thorough documentation.
    The Hanscom Air Force Base's 66th Air Base Group Communications and Information Division (66ABG/SC) is seeking an experienced Audio Visual (AV) consultant to design upgrades for the Hanscom Conference Center. The project involves assessing existing AV systems, specifying new equipment, and developing detailed Statements of Work (SOWs) for each of the six conference rooms, overflow areas, and the conference center office. The upgrades aim to accommodate unclassified presentations, Microsoft Teams integration, and secure classified presentations (up to Secret collateral) and Secure Video Teleconferencing (SVTC) on the DISA GVS network in the Lexington and Lincoln rooms. The consultant must have proven experience in secure and non-secure AV design, including knowledge of ICD/ICS 705 and TEMPEST requirements, and provide cost estimates, wiring diagrams, equipment lists, and a quality control plan. The project will be completed in phases, allowing the Government to proceed with upgrades as funding becomes available. The period of performance is 12 weeks from the award date.
    The Performance Work Statement (PWS) outlines the need for an experienced Audio Visual (AV) consultant to upgrade the AV systems at the Hanscom Conference Center, located at Hanscom Air Force Base, Massachusetts. The consultant will assess existing AV capabilities and specify improvements to enable secure and unclassified presentations across multiple rooms, including advanced technologies like LED video walls and secure video teleconferencing in selected areas. The PWS details the requirement for comprehensive blueprints, installation plans, and compliance with relevant security standards, including Intelligence Community directives. Key deliverables include room-specific statements of work, wiring diagrams, equipment lists, project timelines, and quality control plans, with an emphasis on adhering to industry standards and federal regulations. The period of performance is established as six weeks from the contract award date. The document serves to solicit proposals from interested contractors, focusing on their technical expertise and ability to meet the outlined AV system specifications while ensuring all equipment meets security and compliance requirements. Overall, the PWS demonstrates the government's commitment to enhancing AV capabilities in line with modern communication and security needs.
    This government file, "Questions and Answer – 2025 PZI 1587," outlines the requirements for a new Audio/Visual (AV) system design project. The project is a new requirement with a 12-week period of performance, focusing on upgrading existing AV systems to AVoIP technology and replacing projectors with LED video walls in six rooms at Hanscom AFB. Key aspects include specific dimensions and source requirements for LED video walls in each room, the need for a structural engineer to review and stamp video wall mount drawings, and the inclusion of secure SVTC and Teams capabilities in select rooms with strict security compliance measures. The awarded consultant will be responsible for the design phase only and will not be prohibited from bidding on subsequent installation phases. Deliverables like rack elevations and wiring diagrams are required at the end of the performance period, not with the proposal. The document also clarifies that there are no preferred vendors and all proposals will be evaluated for technical acceptability, with no preference for local companies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Symposium Audio-Visual Support
    Buyer not available
    The Department of Defense, specifically the 42nd Contracting Squadron, is soliciting proposals for audio-visual (A/V) support for the AFROTC Commanders' Symposium, scheduled for January 5-8, 2026, at the Double Tree by Hilton Dallas Near the Galleria. The procurement is a 100% Small Business Set-Aside, requiring one unit of A/V support to be delivered by December 12, 2025, with specific equipment and technical support outlined in the Statement of Work. This symposium is a significant professional development event for AFROTC leadership, necessitating comprehensive A/V services to facilitate effective communication and presentations. Interested vendors must submit their proposals, including a dated quote and evidence of capability, to the primary contact, A1C Alexia Lassin, at alexia.lassin@us.af.mil by the deadline.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Airshow Narrator & Sound/ Audio Technician
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    Local and Long-Distance Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.