ATC Post Conference Room & Executive Conference Room Upgrade
ID: W9124C25QA015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Training Center at Fort Jackson, is seeking contractors for the supply and installation of audio/visual equipment in the Post and Executive Conference rooms located in Building 2400. The project aims to modernize aging AV systems to enhance the capabilities for briefings and meetings, requiring the installation of DirectView LED walls, cameras, microphones, and other related equipment. This procurement is significant for improving communication and operational efficiency within the Army, and it is set aside for small businesses, with a firm-fixed-price contract anticipated to be awarded by September 23, 2025. Interested contractors must submit their quotes electronically by September 18, 2025, and can direct inquiries to Contract Specialist Olivia A. Bostic at olivia.a.bostic.civ@army.mil or Contracting Officer Tequlia D. Holmes at tequlia.d.holmes.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal services contract for the supply and installation of Audio/Visual (A/V) equipment in the Post Conference Room (PCR) and Executive Conference Room (ECR) at Building 2400, Fort Jackson. The project aims to upgrade aging technologies to support U.S. Army Training Center Headquarters briefings. The contractor will remove existing equipment, install DirectView LED walls, pan/tilt/zoom cameras, Shure Ceiling Microphone arrays, amplifiers, and touch panel displays in both rooms. Key objectives include providing high-quality A/V replacements, comprehensive system manuals, and training for government employees. The PWS details requirements for Quality Control, Quality Assurance, operating hours, security, and various mandatory trainings (Anti-Terrorism Level I, OPSEC, iWATCH, and UXO 3Rs). Deliverables include a Quality Control Plan, safety plan, and training certificates. The contractor is responsible for a 5-year service warranty with rapid onsite and email/phone response times.
    Fort Jackson's Contractor Vetting Policy establishes standardized procedures for vetting contractor employees to ensure installation security and compliance with federal immigration laws. All contractors must be badged under either the Contractor Verification System (CVS) or the DES Standardized Contractor ID vetting program. The policy mandates that all government organizations on Fort Jackson provide contract data for prime and subcontractors and encourages participation in the ICE Mutual Agreement between Government and Employers (IMAGE) Program to combat unlawful employment. Contractors are responsible for providing employee data, including E-Verify status and criminal checks, for badge requests, and for verifying social security numbers. Badges are issued for the contract duration, up to four years, and must be visibly displayed. Non-compliance can lead to removal from the installation and adverse contract actions.
    The document is a digital signature record, indicating that "HOLMES.TEQULIA.DEANNA.1366950407" digitally signed a document on September 12, 2025, at 14:26:30 -04'00'. This record serves as an authentication of the signer's identity and the date and time of the signature, relevant for ensuring the integrity and authenticity of government files such as RFPs or grant applications.
    This Performance Work Statement (PWS) outlines a non-personal services contract for upgrading Audio/Visual equipment in the Post Conference Room (PCR) and Executive Conference Room (ECR) within Building 2400 at the U.S. Army Training Center, Fort Jackson Headquarters. The contractor will supply and install new A/V systems, including 163” DirectView LED walls, pan/tilt/zoom cameras, Shure Ceiling Microphone arrays, amplifiers, speakers, and touch panels in both rooms. Key tasks involve removing existing equipment, installing new components, and providing system manuals and training for government employees. The PWS details contractor responsibilities for quality control, safety, security, and compliance with various federal and Army regulations. It also specifies government-furnished property and services, reporting requirements, and training mandates for contractor personnel on topics like anti-terrorism and operations security.
    The document provides Q&A for the ATC Post Conference Room & Executive Conference Room Upgrade project, outlining requirements and clarifications for contractors. Key points include: no swapping out existing switchers/matrices for AV-Over-IP systems, but new AV over IP equipment can be offered; all removed equipment goes back to the Government; TAA compliance is preferred but not strictly required for LED solutions due to cost;
    The government's 'ATC Post Conference Room & Executive Conference Room Upgrade' details a project to modernize AV systems in two conference rooms. Key aspects include a preference for non-TAA compliant LED solutions due to cost, acceptance of 'Equal' or equivalent products, and a requirement for the contractor to handle structural backing, additional support, and new conduit/cable pathways for wall-mounted and cart-mounted video walls. The project emphasizes independent room operation, a 5-year warranty with a 2-hour onsite response time, and a 1-hour email/phone response time, supported by a local brick-and-mortar office (which can be a subcontractor). The contractor is responsible for removing existing equipment, patching and restoring surfaces, and providing AV electrical work. The procurement is estimated to be below the Simplified Acquisition Threshold, using FAR Part 13 and FAR Part 12 procedures, and allows for alternative equipment proposals that meet or exceed salient characteristics.
    This document is a wage determination for service contracts in Calhoun, Fairfield, Kershaw, Lexington, Richland, and Saluda Counties, South Carolina, effective June 13, 2025. It outlines minimum wage rates for various occupations, ranging from administrative support to technical roles, and specifies fringe benefits. The document details different minimum wage requirements based on the contract award date, aligning with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour). It also covers paid sick leave requirements under EO 13706, health and welfare benefits ($5.36/hour), vacation, and eleven paid holidays. Special conditions for computer employees and air traffic controllers/weather observers, including night and Sunday pay, are noted. Hazardous pay differentials and uniform allowances are also defined. The document concludes with procedures for conforming unlisted job classifications and wage rates using Standard Form 1444.
    This document is an amendment to Solicitation/Modification Number W9124C25QA015, issued by the Mission and Installation Contracting Command (MICC) – Fort Jackson. The amendment provides a site visit schedule for September 11, 2025, from 8:30 AM to 9:45 AM EST at 2605 Liberty Division Road, Fort Jackson, SC 29207. Attendees must RSVP by email to Contract Specialist Olivia Bostic (olivia.a.bostic.civ@army.mil) and Contracting Officer Tequlia Holmes (tequlia.d.holmes.civ@army.mil) by September 10, 2025, at 11:00 AM ET, including their full name, date of birth, and driver's license number. The solicitation is a 100% Total Small Business Set-Aside for a firm-fixed-price contract awarded using Simplified Acquisition Procedures. Offerors must have a valid UEI number and active SAM registration. Quotes, including any acknowledged amendments, must be submitted electronically to the Contract Specialist via email prior to the closing date and time, and will remain valid for 60 days. Questions regarding the solicitation must be submitted in writing by September 9, 2025, at 11:00 AM ET. All amendments will be posted on SAM.gov, and offerors are responsible for acknowledging them. The government intends to award without discussions, but reserves the right to hold them.
    This government solicitation, W9124C25QA015, issued by W9124C W6QM MICC-FT JACKSON, outlines an RFP for audio/visual equipment supply and installation at the U.S. Army Training Center, Fort Jackson, in the Post and Executive Conference rooms of building 2400. The project, titled "ATC PCR & ECR Upgrade," has an offer due date of September 10, 2025, and a delivery date of October 30, 2025. This acquisition is set aside for Women-Owned Small Businesses (WOSB), with a NAICS code of 334310 and a size standard of 750. The solicitation details 23 line items, including various audio/visual components and related services like installation, engineering, and programming, all under a Firm Fixed Price arrangement. Key clauses incorporated include those for item unique identification, Wide Area WorkFlow payment instructions, and various FAR and DFARS clauses related to commercial products and services, business ethics, and small business programs. The evaluation method is Lowest Price Technically Acceptable (LPTA), with an intent to award without discussions.
    This document is an amendment to Solicitation Number W9124C25QA0150001, issued by the Mission and Installation Contracting Command (MICC) - Fort Jackson. The primary purpose of this amendment is to extend the solicitation due date from September 10, 2025, to September 12, 2025, by 11:30 AM EST. Additionally, it clarifies that all questions must be submitted by September 9, 2025, by 11:00 AM EST, with answers provided by the close of business on September 10, 2025. The amendment also details instructions for offerors, including requirements for quote submission, SAM registration, and acknowledging amendments. This is a 100% Total Small Business Set-Aside, anticipating a firm-fixed-price contract awarded using Simplified Acquisition Procedures.
    This document, Amendment W9124C25QA0150003, extends the solicitation due date for a government Request for Quote (RFQ) from September 12, 2025, to September 18, 2025, by 11:30 AM EST. Issued by MICC-FT Jackson, this amendment modifies an existing solicitation, which is a 100% Total Small Business Set-Aside for a firm fixed-priced contract. Offerors must acknowledge amendments, provide specific company information (UEI, CAGE, Tax ID), and be registered in SAM. Quotes should present best prices, remain valid for 60 days, and be submitted electronically to the Contract Specialist, Olivia Bostic (olivia.a.bostic.civ.army.mil), or the Contracting Officer, Tequlia Holmes (tequlia.d.holmes.civ@army.mil). A site visit is scheduled for September 11, 2025, and questions must be submitted by September 9, 2025. The government intends to award without discussions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...