Audio Visual Display Preventative Maintenance, Travis AFB, CA.
ID: FA442725Q1057Type: 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

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

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

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotations for a Firm Fixed Price contract for Audio Visual Display Preventative Maintenance services. This procurement aims to ensure the operational efficiency of audio-visual systems utilized by the Crisis Action Team (CAT) across three facilities, requiring comprehensive maintenance, timely repairs, and staff training over a five-year period. The contract is set aside for total small business participation under NAICS code 334310, emphasizing the importance of maintaining high standards in service contracts. Interested vendors must submit their proposals by May 5, 2025, at 4:00 PM PDT, and can direct inquiries to Mr. Michael Goetz or Ms. Maekyla Rosendo via their provided email addresses.

    Files
    Title
    Posted
    This document, associated with Solicitation # FA442725Q1057 Amendment #2, outlines responses to questions regarding a government contract for semi-annual training and technical support at various locations. Key topics include expectations for training sessions across three rooms, the customer's existing documentation for system support, and the protocols for firmware updates adhering to USAF Cyber Security standards. Other inquiries address site access procedures, notification requirements for out-of-hours work, and details about repair costs capped at $1,000 annually. The government confirms that it possesses the Crestron source code essential for maintenance. Additionally, historical service records are unavailable for contractor review, indicating a reliance on real-time support data, which noted an average of 2-4 service tickets yearly. The expected contract start date is set for June 15, 2025, with local support preferred for call assistance. This summary encapsulates essential operational and compliance expectations necessary for prospective contractors within the scope of government RFPs.
    The 60th Contracting Squadron has issued Amendment 3 for the combined synopsis and solicitation, RFQ FA442725Q1057, regarding Audio Visual Display Preventative Maintenance. This memorandum announces an update, specifically incorporating changes to the period of performance dates associated with Contract Line Item Numbers (CLINs) in the solicitation. The response due date for prospective offerors has been set to 5 May 2025 at 4:00 PM PDT. This opportunity is categorized as a total small business set-aside and falls under NAICS Code 334310, which pertains to Audio and Video Equipment Manufacturing. Interested parties can direct inquiries to Mr. Michael Goetz or Ms. Maekyla Rosendo via their provided email addresses. This solicitation invites qualified vendors to submit quotations for maintenance services, emphasizing the importance of adherence to the updated timeline and provisions within the amendment. The document serves as a formal communication facilitating compliance and clarity for potential contractors in the federal procurement process.
    The document outlines the Contractor Responsibility Verification process as mandated by the Federal Acquisition Regulation (FAR) 9.103. It emphasizes that contracts can only be awarded to responsible prospective contractors and that contracting officers must make an affirmative determination of a contractor's responsibility before proceeding with awards. Key criteria for determining responsibility include adequate financial resources, ability to meet delivery schedules, satisfactory past performance, integrity and ethical standards, necessary organizational capabilities, and appropriate technical facilities. Contractors must provide documentation to verify these criteria, including profit/loss statements, evidence of past performance, organizational experience, and certifications of accuracy from company representatives. The essence of the document is to ensure that contractors meet specified standards to avoid potential issues such as defaults or late deliveries, which could incur additional costs. It highlights the importance of thorough vetting in government contracting processes to maintain accountability and performance standards.
    The Statement of Work (SOW) outlines a contract for a five-year preventative maintenance service for the audio-visual systems used by the Crisis Action Team (CAT) at Travis Air Force Base. The contractor is responsible for maintaining an array of audio-visual projection and video teleconference (VTC) equipment across three key facilities, ensuring a rapid on-site response within 48 hours for service requests. Services include comprehensive maintenance checks, repairs, staff training, and system troubleshooting. Preventive maintenance entails quarterly inspections, equipment checks, and system tests to ensure optimal performance. The SOW specifies detailed training for staff, delivery of summary reports on maintenance activities, and management of equipment repairs or replacements, including loaner provision if necessary. Compliance with operational security standards and the use of approved cabling is mandated throughout the contract. Additionally, the agreement stipulates regular operational hours with provisions for adjustments based on operational needs. This document serves to formalize expectations for contractors in delivering reliable and prompt audio-visual support to ensure effective operations within the military context.
    This document is a Wage Determination from the U.S. Department of Labor pertaining to the Service Contract Act (SCA), outlining minimum wage and fringe benefit requirements for contractors in California’s Solano County. It specifies wage rates for various occupations, incorporating recent changes under Executive Orders 14026 and 13658. For contracts awarded on or after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour if not renewed after January 30, 2022. The document also details required fringe benefits, such as healthcare and vacation policies, in accordance with federal standards. Additionally, it outlines protocols for classifying unlisted job positions through the conformance process. This comprehensive guide serves to ensure fair compensation and labor standards for employees engaged in federally contracted services, reflecting the government’s commitment to uphold workers’ rights and benefits across various industries. The document concludes with a reminder regarding additional worker protections under relevant Executive Orders.
    The TAFB Security Requirements document outlines the security protocols for contractors accessing Travis Air Force Base, a closed installation. It mandates identity proofing and vetting via NCIC and CLETS checks, although those with valid government security clearances are exempt. Contractors must ensure compliance with U.S. employment laws, preventing illegal employment. Acceptable identification forms include U.S. Passports and government-issued IDs, in line with REAL ID standards. Contractor responsibilities involve notifying the base of any personnel status changes and managing passes effectively. Disqualifying criteria for base access include terrorist affiliations, criminal convictions, and histories posing security risks. The contractor is also responsible for security training compliant with federal directives and must manage any lost identification materials appropriately. During increased Force Protection Conditions, access will be more restricted, requiring sponsorship. The document emphasizes the primary contractor's accountable conduct for all personnel. Ultimately, these requirements ensure the safety and security of the base while fulfilling mission objectives and compliance with federal regulations.
    The 60th Contracting Squadron issued a memorandum regarding Amendment #2 of the Request for Quotation (RFQ) FA442725Q1057 for Audio Visual Display Preventative Maintenance. This memorandum serves to inform prospective offerors about changes to the solicitation, which now includes vendor Q&A responses and an updated Statement of Work. The RFQ response deadline has been extended to May 5, 2025, at 4:00 PM PDT. Additionally, this solicitation is set aside for Total Small Businesses and is classified under NAICS Code 334310 for Audio and Video Equipment Manufacturing. Points of contact for the project are Mr. Michael Goetz and Ms. Maekyla Rosendo. This document falls within the framework of federal RFPs and illustrates the ongoing procurement activities aimed at maintaining audio-visual equipment essential for operational effectiveness.
    The 60th Contracting Squadron at Travis Air Force Base issued a Request for Quotation (RFQ) FA442725Q1057 for Visual Display Preventative Maintenance, intending to award a Firm Fixed Price contract. The solicitation is set aside for 100% small business participation and is structured per the Federal Acquisition Regulation (FAR). Bidders must respond by 28 April 2025, providing specifications to confirm technical capability in line with the Statement of Work. Quotes will be evaluated based on price and technical capability, with the government prioritizing offers that best meet requirements. The document outlines contract elements, including contract line-item numbers (CLINs) for preventative maintenance and repair services, alongside stipulations regarding telecommunications and surveillance service equipment compliance in accordance with federal law. Prospective offerors must ensure SAM registration is current. The solicitation also states that contractors should provide documentation demonstrating their capacity to fulfill the contract's needs. This RFQ underscores the necessity for small businesses in federal procurements and the emphasis on maintaining high standards in service contracts. Overall, it reflects the government’s commitment to supporting small businesses while ensuring compliance with critical legislative requirements.
    The 60th Contracting Squadron at Travis Air Force Base solicits quotations for a Firm Fixed Price contract regarding Visual Display Preventative Maintenance, designated as RFQ FA442725Q1057. The solicitation, posted on April 30, 2025, seeks 100% small business participation and falls under NAICS code 334310, relating to Audio and Video Equipment Manufacturing. The contract covers maintenance over five years for Crisis Action Teams, including provisions for several option years and not-to-exceed repair limits. Offerors must comply with specific federal regulations outlined in the solicitation, including FAR clauses. Proposals will be evaluated based on technical capability and price, with a focus on ensuring sufficient technical specifications to meet government requirements. Interested businesses are required to provide various certifications and financial assurance along with their proposals. Submissions are due by May 5, 2025, and must be sent via email to designated contacts. The document emphasizes the importance of documentation and compliance in the bid process, ensuring that capabilities align with the government’s needs while adhering to regulatory standards. Overall, this solicitation represents a critical step in securing maintenance services vital for operational efficiency at Travis AFB.
    The Statement of Work (SOW) outlines the requirements for a five-year Audio Visual Preventative Maintenance Contract for the Crisis Action Team (CAT) at Travis Air Force Base, CA. The contractor is tasked with maintaining three CAT facilities' audio-visual and video teleconferencing systems, ensuring priority service with a response time of 48 hours. Key responsibilities include on-site service calls, phone support, and equipment repairs, supplemented by semi-annual staff training on system usage. Preventative maintenance involves quarterly inspections, system functionality checks, and necessary upgrades to maintain operational capability. Additional requirements specify the need for shielded twisted pair cabling and compliance with USAF standards, with all work conducted within standard operating hours. The document emphasizes the importance of operational security and effective communication throughout service execution, reflecting a commitment to maintaining the technological capabilities integral to the CAT’s mission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense 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 spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    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.
    Egg Conference Room Audio/Visual Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of the Audio/Visual System in the Egg Conference Room at the Long Beach Veterans Affairs Healthcare System. The project aims to enhance the current AV system by replacing existing gooseneck microphones and adding wireless handheld, lapel, and catch-box microphones, all while ensuring integration with the existing Crestron-based system. This upgrade is crucial for improving user experience and audience interaction during meetings and events held in the facility. Proposals are due by December 29, 2025, at 5:00 PM PST, and interested parties should direct inquiries to Daniel Kneizeh at daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    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.
    Cellular Enhancement System Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.