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 SIPR Secure Video Teleconferencing (VTC) System at Joint Base Pearl Harbor-Hickam in Hawaii. The primary objective is to modernize the existing VTC capabilities to support secure communications, ensuring compliance with Defense Information Systems Agency (DISA) standards and integrating with current audio-visual equipment. This project is critical for enhancing mission situational awareness and operational efficiency within secure environments. Interested contractors must submit their quotes by April 14, 2025, and are encouraged to direct inquiries to Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil, with the understanding that funding is contingent upon appropriated funds availability.

    Files
    Title
    Posted
    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.
    The document contains a Q&A segment for the RFP FA521525Q0004 Amendment 0002 related to the upgrade of overhead projectors in a specific project. It addresses a query regarding the correct aspect ratio for the new projection screen, which is proposed to be a 4:3 aspect ratio. The clarification requested indicates that while the current statement of work (SOO) specifies the screen size, the end user has expressed a preference for the projector screen to remain aligned with their existing specifications. This decision allows for future flexibility, should an upgrade to a 4:3 projector be implemented, thereby enabling reuse of the screen as needed. The inquiry emphasizes the importance of adhering to user specifications while maintaining options for future enhancements.
    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.
    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.
    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.
    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.
    The Statement of Objectives (SOO) outlines the requirements for installing a secure Video Teleconferencing (VTC) system at Joint Base Pearl Harbor-Hickam. The project aims to enhance the existing system to support classified communication, ensuring compliance with Defense Information Systems Agency (DISA) and Joint Interoperability Test Command (JITC) standards. Key functionalities include providing NIPR and SIPR connections, installing necessary security devices, and ensuring the system integrates with existing equipment, such as projectors and TVs. The contractor is tasked with delivering a turn-key solution, including a remote control system for VTC operations, high-quality audio equipment, and robust encryption for secure communications. A comprehensive installation plan must be coordinated with base authorities, ensuring compliance within 180 days. Additionally, a one-year warranty and training for personnel upon completion are mandated. The contractor must adhere to security protocols, including personnel escort and background checks. Overall, this SOO emphasizes collaboration with military communications to meet regulatory requirements while delivering an upgraded teleconferencing system that enhances operational capabilities and situational awareness in secure environments.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to procure, install, and configure an Avigilon video surveillance system for the VA Pacific Island Healthcare System (VAPIHCS). The project aims to modernize the security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates and cybersecurity standards. This initiative includes the installation of 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with a completion timeline of six months. Interested parties should note that the solicitation response deadline has been extended to December 24, 2025, at 15:00 EST, and can contact Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov for further information.
    SOURCES SOUGHT FOR DET-TRONICS EQP FIRE DETECTION/RCU COMPONENTS; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting a sources sought notice for fire detection and releasing control unit components at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to identify potential suppliers capable of providing a fire alarm detection and releasing control unit that meets specific requirements, including compliance with various safety codes and standards, as well as compatibility with existing Det-Tronics equipment. This equipment is critical for ensuring safety in aircraft maintenance hangars, where reliable fire detection and suppression systems are essential. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time for consideration.
    Mobile at Sea Sensor System Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Mobile at Sea Sensor System Support Services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The procurement aims to secure range support services for the MATSS vessel, which is crucial for naval operations and testing. Offerors must possess a Seaport contract to access the Seaport NxG portal for proposal submission, as all proposals will be accepted exclusively through this platform. Interested parties can reach out to Marcella G. Webber at marcella.webber@navy.mil or by phone at 951-373-4454 for further information.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.
    Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS) to support its Cyber Crime Center (DC3). The procurement aims to secure a commercial solution that includes vulnerability submission workflows, researcher engagement tools, and advanced reporting capabilities for both the DoD and Defense Industrial Base (DIB) VDPs. This initiative is crucial for enhancing the security of the DoD Information Network and leveraging crowdsourced cybersecurity expertise. Proposals are due by January 9, 2026, at 1600 EST, and interested parties should direct inquiries to Phelicha Silva at phelicha.silva@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.