766 ESS SVTC Conference Room Upgrade
ID: FA521525Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 12:00 AM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and testing of a SIPR Secure Video Teleconferencing (VTC) System at Joint Base Pearl Harbor-Hickam, Hawaii. The objective of this procurement is to modernize the existing VTC systems to enhance secure communication capabilities and improve mission situational awareness, requiring compliance with Defense Information Systems Agency standards and integration with existing audio-visual equipment. This project is critical for ensuring secure communications within military operations, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, pending the availability of funds. Interested contractors must submit their quotes by April 14, 2025, and can direct inquiries to Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil.

Files
Title
Posted
Apr 4, 2025, 2:07 AM UTC
The document details the solicitation “FA521525Q0004” for the upgrade of the Video Display System/Audio-Visual Conference Room at Watanabe Conference Room, Building 287, JBPHH. It outlines contractor requirements, including compliance with DoD and AF regulations, the use of DoDIN/DISA/JITC approved technology, and specifications for AV equipment. Key inquiries address existing equipment, control systems, installation logistics, and security measures, relevant to the provision of new solutions. Contractors must design a system that allows for IP-based video conferencing, accommodates existing setups, and integrates new technologies like lockable racks and HDMI/USB inputs. The scope of work includes electrical and civil responsibilities, removal of existing devices, and compliance with IT security protocols while ensuring flexibility around room availability. Funding for the project is currently unfunded, requiring an award after contractor selection, with a focus on lowest price technical acceptability. The summary emphasizes the complexity of the upgrade project, indicating a need for contractor expertise in navigating the specifications and compliance requirements, reaffirming government priorities on security, functionality, and regulatory adherence.
Apr 4, 2025, 2:07 AM UTC
The document outlines a solicitation for Women-Owned Small Business (WOSB) participation in supplying a Secure Video Teleconferencing (VTC) system for the U.S. military. It includes essential details like requisition numbers, award dates, solicitation deadlines, and contact information for inquiries. The solicitation emphasizes a firm fixed price for the procurement and sets a delivery expectation of September 30, 2025. Various clauses concerning payment procedures, contract administration, and compliance with regulations (such as the Buy American Act) are incorporated. It also details the necessity for item unique identification for accountability in defense contract terms. Emphasis is placed on ensuring these items meet DoD specifications and requirements for tracking. The call for offers mitigates risks related to federal procurement and supports the fulfillment of federal contracting goals, particularly in promoting small business participation in government contract opportunities.
Apr 4, 2025, 2:07 AM UTC
This document is an amendment to a previously issued solicitation, extending the response due date for offers from March 6, 2025, to April 2, 2025. This extension aims to provide potential contractors additional time to address prior questions and answers related to the solicitation. The amendment outlines requirements for acknowledgment of receipt and the procedures for submitting offers, including options for modification communications. Standard Federal Acquisition Regulation (FAR) guidance regarding contract modifications is incorporated, ensuring compliance with federal protocols. The form includes identifying information such as solicitation numbers, contractor details, and relevant dates, solidifying its purpose as a formal communication regarding changes to solicitation timelines. Overall, it serves to facilitate contractor participation and adherence to updated schedules within the government procurement process.
Apr 4, 2025, 2:07 AM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) to provide commercial products and services, specifically focusing on the installation of a SIPR Secure Video Teleconferencing (VTC) System. It includes essential details such as the requisition number (FA521525Q00040002), contract administration contacts, and a delivery requirement by September 30, 2025. The procurement falls within the North American Industry Classification System (NAICS) category 334290, and the solicitation is intended for submission by a specified due date. The standard clauses incorporated cover areas such as payment, inspection, and various federal regulations, promoting small business participation. Additionally, the document details critical requirements for unique item identification and compliance with Defense Department standards. The emphasis lies on encouraging economically disadvantaged women-owned businesses to participate in federal contracting, thus fostering diversity within government procurement practices while ensuring compliance with regulatory standards.
Apr 4, 2025, 2:07 AM UTC
The Statement of Objectives (SOO) outlines requirements for a contractor to install, test, and provide a fully operational SIPR Secure Video Teleconferencing (VTC) System at Joint Base Pearl Harbor-Hickam. The project aims to modernize existing VTC systems to cater to secure communication needs and enhance mission efficiency. Key requirements include providing secure VTC capabilities on both NIPR and SIPR networks, installing related audio-visual equipment, and ensuring compliance with the Defense Information Systems Agency's standards. The contractor must assess and integrate existing assets, such as current projectors and displays, while ensuring all equipment meets security regulations. Installation must be coordinated with Base Communication Squadron, and a comprehensive training program must be delivered upon project completion. Additional stipulations include a one-year warranty for new equipment, strict security clearances for personnel, comprehensive documentation for project management, and timely project delivery within 180 days of award. The SOO emphasizes adherence to operational, legal, and safety protocols throughout the project lifecycle, reflecting the government’s objective for enhanced secure communications capabilities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FY25 - OG Secure VTC
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconference (VTC) systems at McConnell Air Force Base in Kansas. The project entails upgrading existing VTC capabilities in Room 212 to support both classified and unclassified communications, as well as installing a secure VTC system in Room 214, in compliance with the Global Video Services (GVS) VTC Security Technical Implementation Guides (STIG). This procurement is crucial for enhancing communication capabilities within the 22d Operations Group, ensuring that both rooms can facilitate secure and effective teleconferencing. Interested contractors must submit their proposals by April 9, 2025, with inquiries directed to A1C Warnage Fonseka at warnage.fonseka@us.af.mil or Mrs. Sugeys Allen at sugeys.allen.1@us.af.mil.
Secure Video Teleconferencing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to install Secure Video Teleconferencing (VTC) systems at Spangdahlem Air Base in Germany. The project involves engineering, furnishing, installing, and testing VTC capabilities in two buildings, with a focus on secure communications for USAFE, NATO, and EUCOM partners. This initiative is critical for enhancing secure communication capabilities within military operations, ensuring compliance with DISA APL standards and Air Force cybersecurity regulations. Interested contractors can contact Angelo Minisini at angelo.minisini@us.af.mil or Tyler Seng at tyler.seng@us.af.mil for further details, with a project timeline of 90 days following contract award.
30 FSS PCC Sound Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an audio upgrade project at the Pacific Coast Center located at Vandenberg Space Force Base in California. The procurement aims to enhance audio-visual capabilities by installing existing Crestron equipment and various auxiliary systems, with a focus on compliance with Federal Acquisition Regulations (FAR). This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires interested vendors to submit their quotes using the provided SF 1449 solicitation document by April 18, 2025, at 1:00 PM PST. For inquiries, potential offerors can contact Vince Mills or TSgt Mark Wheeler via email.
VTC Equipment
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Video Teleconferencing (VTC) Equipment to support the U.S. Atlantic Fleet in Norfolk, Virginia. This procurement aims to enhance audio/visual capabilities as part of an upgrade initiative led by the United States Fleet Forces Command, with specific requirements detailed in the attached specifications document. The equipment is critical for improving communication and operational efficiency within government facilities, ensuring interoperability with existing systems while adhering to federal acquisition policies. Interested parties must register in the System for Award Management (SAM) database and may direct inquiries to Lauren Hardee at lauren.a.hardee.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil, with proposals due by the specified deadline.
Install Eighty-Two (82) NIPR drops in 31 data outlets and additional Telecommunication Equipment in Bldg. T-126 on Fort Shafter, Hawaii
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of eighty-two (82) NIPR drops and additional telecommunication equipment in Building T-126 at Fort Shafter, Hawaii. The contractor will be responsible for providing all necessary personnel, tools, equipment, and materials to ensure a turn-key installation that adheres to NEC and TIA standards, including tasks such as installing digital locks, relocating outlets, and ensuring proper grounding and labeling of equipment. This project is critical for enhancing telecommunication capabilities within the facility, and proposals will be evaluated based on technical approach and pricing, with a focus on delivering a comprehensive solution. Interested contractors should direct inquiries to Alan Henrichson at alan.l.henrichson.civ@army.mil or Chris Doyle at christopher.s.doyle.civ@army.mil, with the deadline for questions set for April 11, 2025.
ThinkLogical Video Wall Matrix
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from small businesses for a ThinkLogical tech refresh project aimed at enhancing audio/visual routing capabilities for the Joint Operations Center (JOC) Video Wall Matrix at Peterson Space Force Base in Colorado. This procurement involves the acquisition of specific components, including an i7 Processor Platform Card and various transmitter cards, with a total of four line items specified in the solicitation. The goods and services are critical for maintaining operational efficiency in military communications and command centers. Interested vendors must submit their quotes by April 8, 2025, at 12:00 PM Mountain Time, and are encouraged to contact Kristina Worthing or Brittney Rosenbaum for further information regarding the solicitation process.
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hub Variant (JHV) Technical Capability Sources Sought Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for the Protected Tactical SATCOM-Global (PTS-G) system. The objective of this Request for Information (RFI) is to gather insights on the cost, schedule, and effort required to modify the existing Wideband Global SATCOM (WGS) Joint Hub design for use at commercial GEO gateways, enhancing capabilities for tactical warfighters. The PTES is crucial for providing anti-jam wideband satellite communications, and the successful contractor will be responsible for various tasks, including system design, software upgrades, and compliance with cybersecurity standards as outlined in relevant documents such as MIL-STD-188-164C and NIST SP 800-53. Interested parties must submit their responses by 12:00 PM Pacific Time on April 21, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to include their experience and technical competencies related to SATCOM systems.
IT EQUIPMENT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of IT equipment at Eglin Air Force Base in Florida. The procurement includes electronic display, audio, and video devices for a multi-purpose room, with strict compliance to technical and security standards, including Energy Star compliance and Information Assurance regulations. This opportunity is crucial for enhancing operational capabilities and ensuring secure communication within military environments. Interested vendors must RSVP for a site visit by March 28, 2025, submit questions by April 3, 2025, and provide quotes by April 18, 2025, with all submissions adhering to Federal Acquisition Regulation guidelines. For further inquiries, vendors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FL; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, RM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) telecommunications service between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, including operational uptime of 99.5% or better, a one-hour response time for repairs, and adherence to testing standards, ensuring reliable service delivery. This procurement is crucial for maintaining secure and effective telecommunications capabilities for government operations, with quotes due by April 17, 2025, and service commencement expected on July 16, 2025. Interested vendors can direct inquiries to Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
WSA JA COURTROOM AV UPGRADES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the WSA JA Courtroom AV Upgrades at Altus Air Force Base, Oklahoma. The project aims to enhance courtroom technology by upgrading audio-visual and networking systems to meet the standards set by the Federal Court System, facilitating better evidence presentation and remote participation during trials. This initiative is crucial for modernizing courtroom operations, improving efficiency, and reducing reliance on paper documentation. Interested small businesses must submit their proposals by April 11, 2025, and direct any questions to Lauren Coleman at lauren.coleman.4@us.af.mil or Kevin Pillow at kevin.pillow@us.af.mil by March 28, 2025. Please note that funding is currently unavailable, and the government reserves the right to cancel the solicitation at any time without reimbursement obligations.