Command Post Data Wall
ID: FA462025QA933Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)

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 seeking qualified small businesses to provide and install a modern Data Wall solution at Fairchild Air Force Base in Washington. The contractor will be responsible for all personnel, equipment, tools, and services necessary for the installation, including site surveys, removal of old equipment, and ensuring compliance with cybersecurity standards. This project is critical for enhancing the operational capabilities of the Crisis Action Team by allowing the display of multiple independent data sources, thereby improving crisis response effectiveness. Interested vendors must submit their quotes by April 11, 2025, following a site visit scheduled for March 27, 2025, and can direct inquiries to Evan Maddox at evan.maddox@us.af.mil or Brandon Teague at brandon.teague.1@us.af.mil.

    Files
    Title
    Posted
    The 92d Contracting Squadron has issued RFQ FA462025QA933, a solicitation for the provision and installation of a Data Wall system at Fairchild Air Force Base, Washington. This RFQ is exclusively set aside for small businesses under NAICS code 334111 and includes commercial service provisions in line with FAR regulations. Offerors must be registered in the System for Award Management (SAM) and are warned that no contract will be awarded until funds are available. The solicitation outlines bid information, including the required technical descriptions, cost structure, and specific clauses guiding the proposal process. The main evaluation criteria for quotes will consider price and compliance with the requirements stated in the solicitation. Potential vendors are reminded of critical regulations concerning telecommunications equipment, including prohibitions on certain products associated with risks to national security. The due date for submissions is set for April 1, 2025, and questions are to be directed to specified Air Force representatives. The RFQ emphasizes strict adherence to the defined instructions to ensure eligibility for contract award.
    This document is Amendment 01 to the solicitation FA462025QA933, issued by the 92nd Contracting Squadron at Fairchild Air Force Base (AFB). The amendment, effective March 18, 2025, invites vendors to an optional site visit on March 27, 2025, to view the installation site for a data wall project and address any related inquiries. Attendees are required to register in advance and provide personal information for base access due to security restrictions, as only U.S. citizens are permitted. The government will consider extending the due date for quotes, currently five days after the site visit, based on attendance and questions from vendors. Additionally, a Q&A will be addressed in a forthcoming amendment. Overall, this amendment provides essential information for interested contractors, facilitating their engagement in the solicitation process while ensuring compliance with security protocols.
    This document serves as the Amendment 02 to the solicitation FA462025QA933, which pertains to the procurement of a data wall solution for a command post. The amendment addresses vendor questions, offers detailed specifications of room dimensions and equipment needs, and extends the due date for quotes from April 1 to April 8, 2025. Critical requirements include support for multiple operators, provision of workstations, integration of NIPR/SIPR systems, and compliance with TEMPEST standards. The government’s expectations for the video wall include the ability to display up to eight independent high-definition sources, capability for video teleconferencing, and appropriate audio facilitate integration for Microsoft Teams. Aiming for project completion by September 1, 2025, the document outlines responsibilities regarding installation logistics and technical specifications while ensuring that participating contractors align their quotes with project demands. This amendment reinforces the solicitation's focus on operational efficiency, security compliance, and requisite technical details necessary for the successful delivery of the project.
    This document serves as Amendment 03 to Solicitation FA462025QA933, issued by the 92nd Contracting Squadron, aimed at enhancing a data wall system at Fairchild Air Force Base. The amendment updates the solicitation by providing additional technical details necessary for the project, extending the proposal submission deadline from April 8 to April 11, 2025, and addressing vendor inquiries from a recent site visit. Key changes include clarification on infrastructure for cable installation, emphasis on the installation of speakers (totaling 12), and confirmation that contractors must supply networking switches and operator console computers, ensuring they meet specified military compliance standards (TAA and TEMPEST certifications). The document specifies that the data wall is required to be capable of displaying multiple sources simultaneously and must provide detailed support for NIPR/SIPR networks. Responses to specific vendor questions clarify equipment standards, responsibilities for workspace renovations, and the conditions under which existing materials may be reused. The amendment underscores the commitment to maintaining compliance with Department of Defense specifications and outlines the responsibilities of contractors throughout equipment installation and system integration processes.
    The 92 Air Refueling Wing (ARW) at Fairchild AFB, WA, seeks to implement a modern LED Data Wall system for its Crisis Action Team (CAT). This project aims to enhance operational capabilities by allowing the display of up to eight independent data sources, both unclassified and classified. The contractor, required to be a U.S. citizen, will handle installation, including site surveys, removal of old equipment, and connecting new systems while ensuring compliance with cybersecurity standards. The contractor must provide training for ARW personnel and comprehensive support during the installation and operational phase, including six months of maintenance. Key tasks include configuring audiovisual systems, installing microphones and cameras, and ensuring user-friendly controls. The project emphasizes minimal disruption during installation and requires identification and background checks for contractor personnel to maintain security protocols. This undertaking reflects the ARW's commitment to modernizing its facilities for enhanced crisis response capabilities.
    The document outlines the location of essential equipment for the Command Post Data Wall, specifically denoting various setups within the facilities. The primary focus is on the placement of the CAT Director Podium, which includes details about the console controller's position and the designated storage for the equipment rack in the CAT Admin Room (Room 120). The file references a specific amendment (FA462025QA933 - Command Post Data Wall Attach. 2) that includes a floor plan highlighting these locations. This information is crucial for facility management and operations, ensuring all equipment is strategically placed to support command post functionality and accessibility in response to federal, state, or local initiatives. Overall, the document emphasizes operational readiness within the framework of government planning processes, adhering to project specifications.
    The document outlines the Client Computing Solutions III (CCS-3) program, which provides standardized computer systems and configurations for the Air Force. It details the ordering processes, comprising the AF Advantage Ordering and Direct to Vendor approaches, ensuring clarity on how to procure products. The configuration settings are standardized to maintain security and compatibility across systems. The document also introduces several product categories, including Limited Option Desktop (LODT), Limited Option Notebook (LONB), and Special Facility Notebook (SFNB), designed for faster delivery with limited upgrade options. It lists specific products with their configurations and prices, emphasizing delivery guarantees and penalties for late shipments. Overall, the CCS-3 program aims to streamline procurement, enhance delivery speed, and ensure consistent quality in computing solutions for the Air Force, integral to governmental operations and funding processes.
    Lifecycle
    Title
    Type
    Command Post Data Wall
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunication services that meet specific operational standards outlined in the attached Statement of Work, including requirements for outages, service quality, and various communication lines. This contract is critical for maintaining effective communication capabilities at the base, ensuring mission readiness and operational efficiency. Interested small businesses must submit their proposals by December 18, 2025, at 10:00 AM PST, and can direct inquiries to Michael Salone at michael.salone@us.af.mil or 509-247-8082.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    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.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    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.
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. The project entails the removal and replacement of existing telecommunications cables and equipment with CAT6 cabling, installation of vertical cable raceways, and ensuring compliance with KAFB Comm Standards, as well as extensive testing and documentation of the installed infrastructure. This procurement is crucial for establishing a reliable telecommunications network that connects multiple buildings to the Department of Defense network, enhancing operational capabilities. The anticipated contract value is between $500,000 and $1 million, with the solicitation expected to be posted on or around January 2, 2026. Interested parties should contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil for further information.
    B-1 Multi Functional Display
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.