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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and upgrade of a Secure Video Teleconferencing (VTC) system at Joint Base Pearl Harbor-Hickam in Hawaii. The project aims to modernize existing VTC capabilities to enhance secure communication for military operations, requiring the contractor to provide secure VTC functionalities on both NIPR and SIPR networks, install related audio-visual equipment, and ensure compliance with Defense Information Systems Agency standards. This procurement is crucial for improving mission efficiency and secure communications within the military, with a total small business set-aside under SBA guidelines. Interested parties should contact Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil for further inquiries, with a project completion timeline of 180 days post-award and a delivery expectation set for September 30, 2025.

    Files
    Title
    Posted
    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.
    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
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Cisco-brand products as part of the 549 CTS SVTC project at Nellis Air Force Base, Nevada. The primary objective is to install a mobile SIPRNet Video Teleconference (VTC) system in a briefing room, which includes the installation of a Cisco Board Pro, ceiling microphones, integrated speakers, and a Cisco POE switch, ensuring compatibility with existing military communication systems. This procurement is crucial for enhancing communication capabilities within military facilities, thereby supporting operational readiness. Interested small businesses must submit their quotes electronically by February 25, 2024, and can contact Avery Irwin at avery.irwin@us.af.mil or 702-652-8458 for further details.
    video teleconferencing system
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a video teleconferencing system through a Combined Synopsis/Solicitation notice. The procurement aims to acquire audio and video equipment that meets the needs of military operations, enhancing communication capabilities. This system is crucial for facilitating remote collaboration and decision-making within the Army, ensuring effective operational readiness. Interested small businesses are encouraged to reach out to Victor Quichocho at victor.f.quichocho.civ@army.mil or call 719-366-8008 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    36 FSS M&FRC Technology Audio and Video
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for audio and video equipment and installation services at the Military & Family Readiness Center (M&FRC) in Yigo, Guam, following damage from Super Typhoon Mawar. The procurement aims to acquire and install a range of multimedia technology, including a smart board, sound system, projector, and screen, with a focus on ensuring compliance with safety standards and operational readiness within a tight timeline of 15 calendar days. This initiative is crucial for enhancing the functionality of educational settings at the M&FRC, thereby supporting military families and personnel. Interested small businesses must submit their proposals by February 18, 2025, and can direct inquiries to A1C Keegan Tunnicliff at keegan.tunnicliff@us.af.mil or Lee Michael D. Rosario at leemichael.rosario@us.af.mil.
    Data Center Hawaii Fuel Line Modification
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the modification of fuel lines at the Data Center located at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. This project, designated under Solicitation No. HC102825R0007, is aimed at enhancing the infrastructure necessary for efficient operations within the facility, which plays a critical role in supporting defense communications. The procurement is set aside for small businesses, with a total small business set-aside designation under FAR 19.5, and the due date for offers has been extended to February 28, 2025, at 2:00 PM CST. Interested vendors are encouraged to participate in a pre-proposal site visit scheduled for February 5, 2025, and must coordinate access and submit a Visit Authorization Letter to ensure compliance with security protocols. For further inquiries, potential contractors can contact John M. Ross at john.m.ross138.civ@mail.mil.
    CCTV MAINTENANCE AND SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.
    Local Telecommunication Services/BVOIP
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Local Telecommunication Services at Joint Base Charleston, South Carolina, under solicitation number FA441825Q0003. The procurement aims to establish a reliable 24/7 telecommunications infrastructure, including the installation and maintenance of Voice over IP (BVOIP) services and compliance with federal standards set by the FCC and DoD. This initiative is crucial for ensuring effective communication capabilities at military installations, supporting operational readiness and coordination. Proposals are due by February 14, 2025, and interested contractors should contact Jalen Williams at jalen.williams.8@us.af.mil or Dillon Johnson at dillon.johnson.18@us.af.mil for further information.
    Local Telecommunication Services (LTS) at Whiteman AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Local Telecommunication Services (LTS) at Whiteman Air Force Base in Missouri. The procurement aims to establish a managed Voice over IP (VoIP) solution, including the installation and activation of IP SIP trunks, with a performance period of five years starting March 1, 2025. This service is critical for ensuring continuous telecommunication support and operational reliability at the base, adhering to stringent military communication standards. Interested vendors must submit their quotations electronically by February 19, 2025, and can direct inquiries to Mitchell Lewter at mitchell.lewter@us.af.mil or Nathaniel Smith at nathaniel.smith.68@us.af.mil.
    Local Telecommunication Services (LTS) Conversion from LSTDM to SIP Trunking
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the conversion of Local Telecommunication Services (LTS) from LSTDM to SIP trunking at the Cheyenne Air National Guard Base in Wyoming. The objective is to provide 24/7 managed telecommunication services without any loss of capability, transitioning to a more modern and efficient system as mandated by the DoD. This procurement is critical for maintaining operational readiness and ensuring reliable communication services, with performance metrics including 99.9% service availability and strict outage notification timelines. Interested small businesses must submit their quotations by February 26, 2025, and maintain active registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Christopher Davalos at christopher.davalos.1@us.af.mil or 307-772-6887.
    58--INTERCOMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of intercommunication systems. This procurement focuses on audio and video equipment manufacturing, particularly for airborne intercommunication and public address systems, classified under the NAICS code 334310 and PSC code 5831. These systems are critical for effective communication in military operations, ensuring reliable connectivity in various airborne platforms. Interested vendors can reach out to Kimberly Flores at 215-697-6549 or via email at KIMBERLY.FLORES@NAVY.MIL for further details regarding the solicitation process.
    Joint Base Pearl Harbor-Hickam Wave Attenuator Install
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the installation of a wave attenuator at Joint Base Pearl Harbor-Hickam in Hawaii. This project involves the design, construction, and anchoring of a 300-foot floating wave attenuator, with a budget of approximately $2 million, aimed at enhancing marine infrastructure while adhering to environmental standards. The successful contractor will be required to provide a detailed price schedule and technical proposal, demonstrating past experience with similar projects, and must comply with specific administrative procedures, including project management expectations and safety measures. Proposals are due by February 28, 2025, and interested parties should direct inquiries to A'Keesha Stark at akeesha.r.stark.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil.