RFI - PAVIS AUDIO MAINTENANCE
ID: PANAPG25-001945Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking vendors for a Request for Information (RFI) regarding a four-year service contract for Audio System Maintenance on the Public Address/Video Information System (PAVIS). The procurement aims to identify potential contractors capable of providing maintenance, installation, programming, and training services for the PAVIS Audio equipment, which includes a headend unit, approximately 4,000 speakers, and various other components. This contract is crucial for ensuring the operational readiness and reliability of the audio systems at the depot, with a contract structure comprising a one-year base period and three one-year option years. Interested vendors must submit their company information and feedback on the DRAFT Performance Work Statement by December 29, 2025, at 4:00 PM EST, and can contact Megan Jones at megan.jones5.civ@army.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personal services contract for Public Address/Video Information System (PAVIS) Audio System Support Services at Tobyhanna Army Depot (TYAD). The contractor will provide personnel, supervision, and services to maintain, secure, and stabilize TYAD's PAVIS Audio equipment, including scheduled and emergency maintenance, installation, programming, and training. The system comprises a headend unit, approximately 4,000 speakers, 100 outdoor speakers, and 700 horns. The contract has a one-year base period and three one-year option years. Contractors must comply with stringent security requirements, including AT Level I training, iWATCH Army training, background checks, and adherence to various security regulations for information, physical access, and operations. Strict safety standards, including OSHA compliance, fall protection, electrical safety, and permit requirements for specialized work like excavation and confined spaces, are also mandated. Contractors are solely responsible for job-site safety and must submit Job Hazard Analyses and Site-Specific Safety Plans. Incident reporting and specific procedures for crane operations, odor-producing materials, and crystalline silica control are also detailed.
    The Army Contracting Command – APG, Tobyhanna Division, is issuing a Request for Information (RFI) for market research and planning purposes. This RFI seeks to identify potential vendors capable of supporting a four-year service contract for Audio System Maintenance on Tobyhanna Army Depot’s Public Address / Video Information System (PAVIS), under NAICS Code 811210. The RFI also aims to gather industry feedback on the DRAFT Performance Work Statement (PWS) to ensure the requirement is clearly defined for firm fixed-price offers. Interested vendors are requested to provide company information, demonstrate their capability to support the requirement, and offer questions or suggestions regarding the PWS by December 29, 2025, at 4:00 PM EST.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    SIGNAL DISTRIBUTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DISTRIBUTION equipment. This procurement is focused on ensuring that the repaired items meet operational and functional requirements, adhering to strict quality assurance standards and government inspection protocols. The goods and services sought are critical for maintaining communication capabilities within naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must be prepared to submit their quotes along with a detailed cost breakdown by the specified deadline.
    59--LOUDSPEAKER-AMPLIFI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 37 units of the LOUDSPEAKER-AMPLIFI, identified by NSN 5965016498136. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of five. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these audio and video equipment components for military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    59--AMPLIFIER,AUDIO FRE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of audio frequency amplifiers. The contract requires compliance with specific quality assurance standards, including ISO 9001, and mandates that the amplifiers meet detailed design and inspection requirements as outlined in the solicitation. These amplifiers are critical components for various defense applications, ensuring reliable audio performance in military systems. Proposals are due by January 20, 2026, with a revised quantity requirement of four units, and interested parties should direct inquiries to Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    59--LOUDSPEAKER,PERMANE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of a permanent loudspeaker (NSN 5965013132470). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The loudspeakers will be utilized in various applications across CONUS and OCONUS DLA depots, emphasizing their importance in military communications and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available online at the DIBBS website.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).