Audio Visual Equipment Upgrade
ID: W912JD24Q0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NC USPFO ACTIVITY ME ARNGAUGUSTA, ME, 04333-0032, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Department of Defense, specifically the United States Property and Fiscal Office (USPFO), is seeking proposals from qualified small businesses for an audio-visual equipment upgrade at two facilities in Maine: Camp Keyes and the 240th Regional Training Institute. The project aims to modernize and simplify existing audio-visual systems to enhance usability and maintainability, supporting functionalities such as Microsoft Teams for virtual meetings and improving overall presentation capabilities. This procurement is critical for upgrading training environments and ensuring effective communication within government operations. Interested contractors must submit their quotes by August 27, 2024, with the anticipated award date around September 16, 2024. For further inquiries, potential offerors can contact Darlene Howes at darlene.r.howes.civ@army.mil or Tom Ryan at thomas.j.ryan36.civ@army.mil.

    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2015-4001 outlines minimum wage requirements and occupational wage rates under the Service Contract Act (SCA) and relevant Executive Orders for various positions in Maine. For contracts starting or extending from January 30, 2022, the minimum wage is set at $17.20 per hour, while previous contracts from January 1, 2015, to January 29, 2022, can have a lower minimum wage of $12.90 per hour. The document details occupational classifications, associated wage rates, and mandatory fringe benefits, emphasizing health, welfare, vacation, and paid sick leave entitlements. Specific benefits include a health and welfare rate of $4.98 per hour and a structured vacation policy dependent on tenure. The file serves as a vital guide for contractors ensuring compliance with wage standards in federal contracts and provides essential procedures for requesting additional classifications and wage rates for unlisted occupations. It highlights the government's commitment to fair labor practices while outlining legal obligations for contractors concerning employee compensation and benefits in the execution of federal contracts.
    The document outlines the wage determination under the Service Contract Act (SCA), specifically Wage Determination No. 2015-4009, updated on April 19, 2024. It specifies minimum wage requirements for contracts subject to the SCA, referring to Executive Orders 14026 and 13658 regarding wage rates. Effective January 30, 2022, contracts must pay covered workers a minimum of $17.20 per hour, with specific rates for various occupations listed in Maine counties. The document also details fringe benefits such as health and welfare allowances, vacation, and holidays that all covered occupations receive. Additionally, it includes a conformance process for any unlisted job classifications under the SCA, explaining how wage rates should be determined for those jobs that do not appear on the wage determination. Lastly, the document provides compliance regulations regarding uniform allowances and specific pay differentials for hazardous work. This wage determination ensures fair compensation and benefits for workers employed in government contracts, supporting adherence to federal labor standards.
    The document pertains to the Request for Quote (RFQ) W912JD24Q0021 issued by the United States Property and Fiscal Office (USPFO) seeking proposals for an audio-visual (AV) upgrade at two facilities in Maine. Key aspects include a deadline for offers due by August 21, 2024, and mandated site visits on August 12 and 14, 2024, which are crucial for understanding the scope of work. This procurement is 100% set aside for small businesses, with a maximum size standard of $19 million. The contractor will be responsible for providing and installing AV systems that enable seamless integration with Microsoft Teams and audio/visual projection capabilities. Proposals should not only adhere to existing infrastructure requirements but may suggest modern alternatives, provided they are marked as such and evaluated separately. Evaluation criteria include technical approach, past performance, and price. Detailed submissions are required, including a technical explanation, past performance references, and total line item pricing. The anticipated award date is September 16, 2024, and contracts will be managed electronically via the Procurement Integrated Enterprise Environment (PIEE). This initiative demonstrates the government’s focus on leveraging small businesses for technological upgrades while maintaining budgetary constraints.
    The document serves as an amendment to the Request for Quote (RFQ) W912JD24Q0021, detailing several updates regarding the solicitation process. Key changes include: the requirement for responses to inquiries noted during site visits on August 12 and 14, 2024; provision of attendance records from the site visits at Camp Keyes and the 240th RTI locations; a revised Performance Work Statement for Section 5; and a new pricing schedule. The deadline for questions has been extended to August 22, 2024, and the RFQ submission deadline has been postponed to August 27, 2024, at 3:00 PM EST. Additionally, updated wage determinations effective July 22, 2024, have been incorporated. The document emphasizes the importance of acknowledging receipt of the amendment for offerors to ensure the acceptance of their proposals. This amendment is aimed at maintaining transparency and ensuring participants are well-informed for the procurement process.
    The document serves as an amendment to the Request for Quote (RFQ) W912JD24Q0021, addressing inquiries from contractors regarding submission guidelines. The due date for proposals remains unchanged—August 27, 2024, at 3 PM EST. Key modifications clarify the allowable page limitations for proposal submissions: a maximum of 2 pages for the cover letter, 99 pages for the technical section, 5 pages for past performance, and 3 pages for pricing information. Notably, the government emphasizes that any pages surpassing these limits will not be evaluated. Unlimited pages are allowed for solicitation documents. This amendment aims to facilitate contractors' capacity to demonstrate their qualifications while adhering to structured submission requirements. Overall, it reflects the government's commitment to ensure transparency and fairness in the procurement process.
    The document outlines a pricing schedule for the procurement of audiovisual equipment and services for two conference rooms at Camp Keyes and RTI in Bangor, as well as an option for Polycom ISDN video teleconferencing capability for Building #7. The contracts are set for a period from September 16, 2024, to March 17, 2025. The pricing is structured on a firm-fixed price basis for various Contract Line Item Numbers (CLINs), which include separate costs for materials and labor. The government will evaluate offers by totaling the prices of required and optional services for award purposes. This document is part of a federal Request for Proposals (RFP) process, emphasizing the fiscal responsibility in government acquisitions while ensuring competitive bidding for essential AV technology services. Proper completion of these services is critical for the efficient operation of conference facilities within government infrastructure.
    This memorandum documents the site visits conducted on August 12 and 14, 2024, regarding the Audio Visual Equipment Upgrade (W912JD-24-Q-0021) at Camp Keyes and the Regional Training Institute in Bangor, Maine. Attendees included representatives from the Communication Information Management System, the Recruiting and Retention Battalion, the USPFO Contracting office, and a contractor. Key observations from Camp Keyes indicated effective projector and surround sound systems, although issues like a feedback loop in microphones and non-functional wireless microphones were noted. The placement of equipment such as projector screens and cameras was also a concern, particularly regarding visibility and potential obstruction. At the 240th RTI auditorium, problems included a partially functional screen, non-working microphones, loss of connectivity to the control panel, and challenges with outdated equipment affecting system operations. The memorandum concludes that the Government has revised the Performance Work Statement and extended the solicitation due date, indicating steps toward resolving the identified issues and facilitating upgrades. This documentation aligns with the broader context of government RFPs and grants aimed at enhancing technology and infrastructure in public sector facilities.
    The Performance Work Statement (PWS) outlines the Maine Army National Guard's (MEARNG) objective to modernize audio-visual (AV) systems in two facilities: the Executive Conference Room at Camp Keyes, Augusta, and the auditorium at the 240th Regional Training Institute in Bangor. The goal is to simplify existing complex systems, improve functionality for audio and video projection, replace outdated equipment, and enhance user experience, including compatibility with Microsoft Teams. The contractor is responsible for all necessary personnel and materials to retrofit the specified spaces, focusing on assessing and replacing faulty components while reducing equipment complexity.
    The Performance Work Statement (PWS) outlines the requirements for the modernization retrofit of two facilities: the executive conference room at Camp Keyes and the auditorium at the 240th Regional Training Institute. The contractor is tasked with providing necessary personnel, equipment, and services to simplify and upgrade the existing complex audio visual (AV) systems in both locations. The renovation aims to reduce maintenance burden and improve functionality, with a six-month performance period expected to begin around September 16, 2024. Details include replacing outdated projectors, improving audio capabilities, and enabling video conferencing with specific technologies compatible with current software standards. The document emphasizes contractor compliance with installation security regulations and training protocols, including requirements for timely reporting and worker safety. Key measures include maintaining governmental property, ensuring contractor performance standards, and adhering to the timeline for deliverables, highlighting the importance of quality assurance throughout the contract's lifecycle. Altogether, the PWS reflects the government's commitment to enhancing training environments through strategic technological upgrades.
    This document represents the Wage Determination No. 2015-4001 issued by the U.S. Department of Labor concerning the Service Contract Act. It outlines minimum wage requirements for federal contracts, stating that contracts entered into or renewed after January 30, 2022, must pay a minimum wage of at least $17.20 per hour, while those awarded between January 2015 and January 2022 must adhere to a minimum of $12.90 per hour if not renewed. The determination lists applicable occupations along with their corresponding wage rates, fringe benefits, paid sick leave provisions, and safety requirements for various job titles across several counties in Maine. It stresses compliance with executive orders regarding employee compensation and benefits, mandating health and welfare benefits and paid vacations. Furthermore, details on classifying job roles not explicitly mentioned and obtaining wage rates for new classifications are included. This wage determination is essential for contractors and subcontractors to ensure compliance with federal employment standards under balanced worker rights and compensation requirements.
    The document outlines Wage Determination No. 2015-4009 under the Service Contract Act, which sets minimum wage rates for contractors and subcontractors working on federal contracts. Applicable to contracts effective on or after January 30, 2022, the minimum wage rate is $17.20 per hour, or the higher applicable rate listed. For contracts awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour unless renewed or extended after January 30, 2022. The determination applies to various occupations in Maine, including administrative support, automotive services, food preparation, healthcare, and many others, with comprehensive fringe benefits outlined, including health and welfare contributions, vacation, and paid holidays. The document also details compliance regarding contract classifications not explicitly listed in the determination, necessitating a conformance process for new job roles. Additionally, it incorporates mandates from Executive Order 13706, which establishes paid sick leave for federal contractors. This Wage Determination serves as a critical guideline for contractors ensuring fair compensation and adherence to labor laws in the context of federal contracts, grants, and related RFPs.
    The document outlines the Performance Work Statement (PWS) for the modernization retrofit of audio-visual (AV) systems at two facilities: the Camp Keyes Executive Conference Room and the auditorium at the 240th Regional Training Institute, both in Maine. The primary objective is to simplify existing complex AV setups to enhance usability and maintainability, supporting Microsoft Teams for virtual meetings. Key requirements include replacing the current AV control systems with TAA-compliant solutions, upgrading projector systems to modern laser units, and implementing connection capabilities for user devices. The contractor is required to integrate audio and video systems, ensuring effective operation for presentations and video conferencing. Options for the project further include video-teleconferencing upgrades, enhancements to audio/microphone systems, and replacements of existing screens. The contractor must also provide in-person training for staff on the new systems, including necessary digital training materials. Warranty for workmanship is mandated for one year post-acceptance of services. This PWS emphasizes the government's aim to improve the technological foundation of its training facilities for enhanced operational efficiency.
    The document titled "PRICING SCHEDULE W912JD24Q0021" outlines a request for proposals (RFP) for audiovisual equipment and related installation services at two facilities: Camp Keyes and RTI. The contract period spans from September 16, 2024, to March 17, 2025, with various line items designated for both required services and optional enhancements. Each line item (CLIN) specifies the provision of different types of equipment, installation, and training. Key items include the provision of audiovisual equipment, PTZ cameras, audio/microphone systems, projector screen replacements, and training services. Each service is to be offered on a firm-fixed pricing basis, with the total cost evaluated based on the sum of required and optional items. The pricing schedule includes detailed sections for materials and labor for each CLIN and necessitates that bidders provide comprehensive cost details accordingly. The emphasis is placed on ensuring that all proposals cater to the requirements outlined in the performance work statement (PWS). This document is an essential component of federal procurement processes, ensuring transparency, competitiveness, and adherence to budgetary constraints.
    The document is a Request for Quote (RFQ) issued by the United States Property and Fiscal Office aimed at acquiring services for an audio-visual equipment upgrade. It specifies that the procurement is set aside for small businesses, with a NAICS code of 238210 and a size standard of $19 million. The anticipated award date is approximately September 16, 2024, with a contract life lasting six months from the award date. Offerors are required to submit their quotes by August 21, 2024, and a site visit is encouraged prior to bid submission on August 12 and 14, 2024. The solicitation outlines evaluation criteria including technical approaches, past performance, and pricing, highlighting that the government seeks the best value rather than the lowest bid. Offerors must demonstrate a comprehensive understanding of the technical requirements and provide summaries of relevant past projects. The document also includes details on compliance requirements, labor standards, and federal clauses that must be followed. Overall, this RFQ emphasizes inclusivity for small businesses and mandates adherence to specific regulations and performance standards to ensure quality service delivery.
    The document outlines a site visit scheduled for August 12, 2024, at 10:00 AM EST, related to an Audio Visual Equipment Upgrade project under RFQ W912JD24Q0021, taking place at Camp Keyes, Building #7, Augusta. A range of attendees from different organizations, including GDL Solutions and USPFO-Constructions, are listed to confirm their participation. The document also acts as an attendance record, noting individuals such as Eugene Kim and Darlene Hawes, along with their affiliations. This activity reflects the federal government's structured approach to engaging with potential contractors to gather information and ensure clarity regarding project specifications. The site visit is part of the solicitation process for enhancing audio-visual capabilities and is crucial for securing a thorough understanding among all parties involved before formal proposals are submitted. Adhering to this process ensures compliance and facilitates effective collaboration in government procurement initiatives.
    The document serves as a record for a site visit scheduled for August 14, 2024, concerning a project for an audio-visual equipment upgrade under the RFQ W912JD24Q0021. Attendees from various organizations, including GDL Solutions, DCSIM, and the USPFO, are listed, indicating collaborative participation in the project assessment. The location for this meeting is the 240th Regional Training Institute in Bangor, Maine, highlighting the government's focus on upgrading training facilities. The document includes spaces for attendees to provide their business name, phone number, and signature, suggesting a formal process for documenting participation. Overall, this site visit is part of the broader context of government RFPs aimed at enhancing capabilities and ensuring the quality of training through infrastructure improvements.
    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.
    Audio Video Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking 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 the installation of retractable projector screens, wireless microphones, speakers, and new lighting, along with Microsoft TEAMS packages for improved communication capabilities. This upgrade reflects the government's commitment to modernizing military facilities to support operational efficiency and collaboration, while ensuring compliance with specific technological requirements. Interested contractors, particularly small businesses, must submit their proposals by September 13, 2024, and can direct inquiries to SrA Kristopher Kostenko at kristopher.kostenko@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.
    Audio Visual System Upgrade
    Active
    Dept Of Defense
    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.
    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 at the 81st Contracting Squadron located at Keesler Air Force Base in Biloxi, Mississippi. The project involves the design, installation, and support of a comprehensive audio/visual system for a conference room, which includes components such as 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 and ensuring a user-friendly experience for personnel. Interested small businesses, particularly those that are women-owned, must submit their proposals by the deadline of September 27, 2024, and are encouraged to attend a site visit on September 12, 2024, at 10:00 AM CDT. For further inquiries, potential offerors can contact Samantha I. Conger at samantha.conger@us.af.mil or by phone at 228-377-1832.
    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.
    N--24-LQ00-2049 AUD/VID CONF RM BENNETT
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to upgrade the Audio/Video conference room equipment at its Woods Hole Coastal and Marine Science Center in Massachusetts. The project aims to modernize existing technology that has been in place for approximately ten years, with a completion deadline set for December 15, 2024. This upgrade is crucial for enhancing the center's technological capabilities in support of its scientific missions. Interested vendors must submit their quotes by September 9, 2024, following a mandatory site visit on July 23, 2024, and can direct inquiries to Jenna Dunning at jmdunning@usgs.gov or by phone at 703-648-7398.
    414 CTS SIPR Secure Video Teleconferencing Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 414 Combat Training Squadron at Davis-Monthan Air Force Base in Tucson, Arizona, is soliciting quotes for the procurement and installation of SIPR compatible audio-visual teleconferencing equipment. This upgrade aims to enhance the functionality of video conferencing capabilities for meetings, as the existing equipment is non-operational, necessitating the installation of new systems compliant with Department of Defense standards. Interested vendors must submit their quotes by September 12, 2024, following a site visit scheduled for September 9, 2024, and ensure compliance with federal acquisition regulations, including adherence to wage determinations and security protocols. For further inquiries, vendors can contact Jonathan Marsh at jonathan.marsh.4@us.af.mil or Marshall Chaplinski at marshall.chaplinski@us.af.mil.
    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.
    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.