Building 254 Audio-Visual System Installation Service
ID: W50S72-24-Q-7212Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IAANG 185SIOUX CITY, IA, 51111-1396, 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 Department of the Army, is soliciting quotes for the installation of a turnkey audio-visual system in Building 254 at the 185th Air Refueling Wing in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 60-day timeframe, ensuring compliance with specified security and safety regulations. This procurement is critical for enhancing operational capabilities at the facility and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 30, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or MSgt. Megan McCauley at megan.mccauley@us.af.mil.

    Files
    Title
    Posted
    The Vendor Information Sheet (W50S72-24-Q-7212) serves as a critical document for organizations participating in government contracting opportunities. It requests essential company details from potential offerors, including the company name, tax identification number, point of contact (POC), phone number, email, Cage Code, and UEI Number. Additionally, it specifies net payment terms, which default to Net 30 unless otherwise noted, and requires information about the place of manufacture. This structured approach facilitates effective communication and compliance during the proposal process, ensuring that vendors provide necessary information for government procurement. The document emphasizes the importance of transparency and standardization in federal, state, and local RFPs, making it a vital component of the contracting framework. Proper completion of this sheet is essential for vendors aiming to secure government contracts and support overall contract evaluation processes.
    This government solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses pertinent to contractors responding to requests for proposals. Key provisions include those related to the System for Award Management (SAM), business operations with certain foreign regimes, and compliance with safeguarding defense information. Significant clauses cover telecommunications and video surveillance equipment prohibitions, ensuring that no contractor provides covered equipment as part of their offer. The document also emphasizes the obligations to disclose any connections to restricted countries or entities and details a framework for representing business eligibility concerning small business programs and ownership specifications. Furthermore, mandates regarding environmental compliance, tax certifications, and labor standards reflect regulatory adherence. Contracting officers are tasked with confirming the representations made in the offer submissions, ensuring the integrity of procurement processes, and safeguarding against fraud, waste, and abuse. This structured framework aims to promote fair competition, compliance with federal standards, and accountability among contractors involved in government contracts.
    The Performance Work Statement (PWS) outlines the installation requirements for a turnkey audio-visual system in the Crisis Action Team (CAT) room 181 of Building 254 at the 185th Air Refueling Wing in Sioux City, IA. The contractor must provide all necessary personnel, equipment, and materials to complete the installation within a 60-day period. The audio-visual system must be fully hardwired, excluding any wireless capabilities such as Bluetooth or Wi-Fi and must include specific components like mounted wall displays, a ceiling speaker system, and a video controller. Key requirements include functionality without Bluetooth, multiple input/output options, and compliance with security and safety regulations outlined in various federal guidelines. The contractor is responsible for maintaining adequate staffing and must ensure compliance with all identified access and security protocols. The PWS also establishes quality control measures, requiring contractor performance monitoring through a Quality Assurance Surveillance Plan. Contractors must return identification media upon employee departure and adhere to strict data rights and conflict of interest policies. Ultimately, this contract signifies the government's commitment to enhancing operational capabilities at the facility, emphasizing a secure and functional audio-visual installation.
    The "Register of Wage Determinations under the Service Contract Act" outlines wage requirements applicable to federal contracts, specifically emphasizing the minimum wage rates mandated by Executive Order 14026. Effective January 30, 2022, contractors are required to pay covered workers at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $12.90 per hour. The document provides state-specific details regarding applicable counties in Iowa and Nebraska and lists numerous occupations with corresponding wage rates, in accordance with various divisions. It specifies essential fringe benefits, including health and welfare provisions, a vacation policy, and holidays. Furthermore, it explains the conformance process for unlisted job classifications under the wage determination. These regulations aim to ensure that workers on federal service contracts are fairly compensated, illustrating the federal government's commitment to uphold labor standards and worker protections in public contracts. This document serves as a critical reference for contractors seeking compliance and provides guidelines for implementing wage determinations in RFPs and grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intrusion Detection System (IDS) and Video Management System (VMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Video Management System (VMS) for the 185th Air Refueling Wing (ARW) in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 120-day performance period, ensuring compatibility with existing Advantor systems on the base. This procurement is critical for enhancing the security infrastructure at the facility, and the government intends to award the contract on a sole source basis to Advantor Systems due to the proprietary nature of their products. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and compliance documentation, by the deadline of September 30, 2024, to Capt. Allison Harbit at the provided contact details.
    MS ANG CRTC FY24 AUDIO VISUAL UPGRADE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mississippi Air National Guard Combat Readiness Training Center (CRTC), is seeking proposals for an audio/visual upgrade project across multiple buildings, including Buildings 154, 60, and 113. The procurement aims to enhance training environments by installing integrated audio, video, and conferencing technology, which includes high-resolution projectors, screens, and audio systems, with a focus on facilitating video teleconferencing and BYOD capabilities. This upgrade is crucial for modernizing military training facilities and ensuring operational efficiency, with a contract expected to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes by 2:00 P.M. CDT on September 19, 2024, to the designated contacts, SMSgt Michael S. Hornbeck and Mr. James Nelson, at the provided email addresses.
    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 of the CC Conference Room at Keesler Air Force Base in Biloxi, Mississippi. The project entails the design, installation, and support of a comprehensive A/V system, including a touch panel for user control, ceiling-mounted microphones, quality ceiling speakers, and a UHD IP camera, all while adhering to federal regulations and ensuring user-friendly functionality without internet reliance. This procurement is part of a total small business set-aside initiative, with a site visit scheduled for September 12, 2024, and proposals due by September 19, 2024, at 2:00 PM CST. Interested vendors should direct inquiries to Samantha I. Conger at samantha.conger@us.af.mil or call 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.
    Office Furniture (with Space Study)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of office furniture, including a space study, for the 185th Air Refueling Wing located in Sioux City, Iowa. The contract, identified as solicitation W50S72-24-Q-7114, requires the supply, delivery, and installation of various office furniture items, such as standup workstations, desks, file cabinets, and bookcases, all compliant with Comprehensive Procurement Guidelines (CPG) and environmental standards. This procurement is crucial for enhancing the functionality and efficiency of the office space within the Main Hangar (Building 261) while adhering to federal sustainability and security regulations. Interested vendors must submit their quotes by the deadline of September 30, 2024, and can direct inquiries to Mark A. Crombie at mark.crombie.1@us.af.mil or by phone at 712-233-0513.
    JOC AV PROJECT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of audiovisual (A/V) equipment for Building 754 at RAF Mildenhall, United Kingdom, under the solicitation number FA558724Q0112. The project aims to enhance Command & Control (C2) capabilities for special operations missions by providing high-performance A/V equipment, including projectors and associated mounting systems, to facilitate effective communication and decision-making in dynamic environments. Interested vendors must submit their quotes by September 24, 2024, and inquiries should be directed to the primary contact, Rylan Stafford, at rylan.stafford@us.af.mil, or the secondary contact, MSgt Jaime Compean, at jaime.compean@us.af.mil, by September 20, 2024. The contract will be awarded following the confirmation of appropriated funds, with a delivery timeframe of 90 days post-award.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.
    Video Teleconferencing Programming for Conference Room
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide video teleconferencing (VTC) installation and programming services for a conference room at Mountain Home Air Force Base in Idaho. The project involves upgrading existing VTC systems to ensure compatibility with both Non-secure and Secure Internet Protocol networks, including the integration of Microsoft Teams functionality and compliance with AMX software and CISCO VTC equipment standards. This procurement is crucial for enhancing communication capabilities within the military context, reflecting the Air Force's commitment to modernizing its technology while promoting small business participation in government contracts. Interested parties must submit their quotes by 10:00 AM on September 4, 2024, and can contact Elizabeth Hughes at elizabeth.hughes.5@us.af.mil or 208-728-3109 for further information.
    FY24 AFLCMC Auditorium Audio Visual - Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the upgrade of the audio-visual (AV) system in the Building 892 Auditorium at Maxwell-Gunter Annex in Montgomery, Alabama. The project involves the installation of a new AV system, including displays, sound equipment, and furniture, while removing the existing system, with specific requirements for wireless microphones, a video wall, and remote conferencing capabilities. This modernization effort is crucial for enhancing the functionality of the auditorium for various military and community events. Interested vendors should note that the solicitation closing date has been extended to September 23, 2024, at 12:00 PM CST, and are encouraged to contact A1C Troy Cournoyer at troy.cournoyer@us.af.mil or William Stallings at william.stallings.1@us.af.mil for further details.
    Amendment 01 Apple iPad Air M2
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa National Guard, is seeking quotes for the procurement of 27 Apple iPad Air M2 devices along with compatible pivot cases designed for aircraft attachment. The iPads must meet specific requirements, including compatibility with the Foreflight app, a minimum storage capacity of 128 GB, and both Wi-Fi and cellular capabilities for GPS data. This acquisition is crucial for enhancing operational readiness and mission planning in aviation, as the devices will support the Iowa Army National Guard's airborne missions. Quotes are due electronically by September 20, 2024, at 10:00 AM Central Time, and interested vendors should direct inquiries to Megan Kaszinski at megan.r.kaszinski.civ@army.mil. The contract's execution is contingent upon the availability of appropriated funds.