30 FSS PCC Sound Installation
ID: FA461025Q0024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS (5965)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

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. This 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). The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded based on a combination of price, technical capability, and past performance, with proposals due by April 18, 2025, at 1:00 PM PST. Interested offerors are encouraged to contact Vince Mills or TSgt Mark Wheeler for inquiries and must be registered with the System for Award Management (SAM) to be eligible for contract award.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
The document outlines a list of equipment and services pertaining to a government Request for Proposals (RFP) involving audio-visual installations and related technical requirements. It specifies various items like the AP SMT1500RM2UC UPS, Crestron control systems, and Cisco network switches, denoting their required compatibility and preferred brands. Each line item includes a check for meeting technical specifications, with an emphasis on compliance with a specified preferred brand—SolidWorks by Dassault Systèmes—as per the stated requirements. The document seeks to ensure bidders provide products that adhere strictly to the prescribed standards and requires thorough explanations for any discrepancies in evaluation, maintaining a focus on quality and conformity. This RFP highlights the government's intent to procure specific high-tech equipment through a structured bidding process, ensuring that all proposed solutions fulfill outlined technical prerequisites.
Apr 8, 2025, 6:05 PM UTC
The document outlines the evaluation criteria for government contracts related to commercial products and services as specified in the FAR 52.212-2 provision. The Government seeks to award contracts to the most advantageous offeror based on a combination of price and evaluation factors, which include technical capability and past performance. Offerors are required to submit a technical narrative, no longer than 20 pages, detailing their capabilities in line with the Scope of Work. Both technical capability and past performance are regarded as equally critical when compared to cost. A binding contract is established upon written notice of award to the selected offeror, without the need for additional actions from either party. The guidelines are crucial for ensuring fair and transparent procurement processes in federal contracting, aiding the Government in selecting qualified contractors for its needs.
Apr 8, 2025, 6:05 PM UTC
The document outlines a Women-Owned Small Business (WOSB) solicitation for a contract involving commercial products and services at Vandenberg Space Force Base. The key objective is to procure high-quality audio upgrade services for the Pacific Coast Club, focusing on installation of existing Crestron equipment and various auxiliary systems. Each service item is clearly defined, with specific requirements for the installation, including detailed equipment and delivery terms. The pricing is fixed, and vendors are instructed to respond to the solicitation by a designated due date. Further details address the delivery location and point of contact for inquiries. The solicitation emphasizes compliance with Federal Acquisition Regulations (FAR) and outlines the necessary clauses for contract administration. This initiative reflects the government's strategy to engage small businesses in federal contracting, particularly women-owned firms, thereby enhancing diverse participation in procurement processes while upgrading essential services at military installations.
Apr 8, 2025, 6:05 PM UTC
This document serves as an amendment to a federal solicitation, modifying specific details and timelines related to an upcoming procurement process. Key updates include a change in the site visit time, now scheduled for 2:00 PM on April 9, 2025, instead of 1:00 PM. All other terms and conditions remain unchanged. Offerors are instructed to confirm receipt of this amendment and may modify already submitted offers accordingly. Proposals must be submitted in writing by April 18, 2025, at 1:00 PM PST, with emphasis on submitting through designated channels as oral offers are not permitted. The amendment also reiterates that interested parties must be registered with the System for Award Management (SAM) to be eligible for contract awards. Additionally, potential offerors are reminded to monitor SAM for any future updates or amendments related to this solicitation. These modifications demonstrate the government's ongoing commitment to transparency and regulatory compliance within the procurement process, ensuring all participants are informed and prepared for participation in the contract bidding.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FMS Low Frequency Antenna Installation and Improvements IAW the PWS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and improvements of the H-915A low frequency antenna at Vandenberg Space Force Base in California. The project aims to enhance the existing antenna installation's performance, which is critical for monitoring radio frequencies in support of government and commercial launch operations. Interested contractors must attend a mandatory site visit on April 2, 2025, and submit their proposals by April 14, 2025, with evaluations based on price and technical capability under the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, interested parties can contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
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. This initiative is crucial for modernizing courtroom operations, improving efficiency, and ensuring secure and user-friendly technology for legal processes. 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.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes for further information.
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 under a Combined Synopsis/Solicitation notice. The contract will focus on acquiring audio and video equipment, with specific requirements for compliance with technical and security standards, including the need for products to be new and meet Commercial-Off-The-Shelf (COTS) specifications. This procurement is crucial for enhancing operational capabilities at Eglin Air Force Base in Florida, where the equipment will be utilized in multi-purpose settings. Interested vendors must submit their questions by April 21, 2025, and all quotes along with product literature are due by May 29, 2025, with inquiries directed to Brittany Linthicome at brittany.linthicome@us.af.mil.
Audio Visual Equipment for the Hill Aerospace Museum, Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking proposals from qualified small businesses to provide audio-visual equipment for the Hill Aerospace Museum located at Hill Air Force Base in Utah. The procurement includes the delivery of a Da-Lite portable screen, an Epson projector, and an ultra-short-throw lens, along with onsite training for museum staff and technical support during the warranty period. This equipment is essential for enhancing the museum's presentation capabilities and ensuring a high-quality visitor experience. Proposals are due by April 22, 2025, with questions accepted until April 18, 2025; interested parties should contact Colton Esplin at colton.esplin@us.af.mil or Joseph Laing at joseph.laing@us.af.mil for further information.
766 ESS SVTC Conference Room Upgrade
Buyer not available
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.
Amendment 1 - Secure Video Teleconferencing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconferencing (VTC) systems at Spangdahlem Air Base in Germany. The project entails engineering, furnishing, installing, and testing three VTC suites in Building 3030 and two suites in Building 23, aimed at enhancing secure communication capabilities for USAFE, NATO, and EUCOM partners. This initiative is critical for ensuring effective secure communications in military operations, adhering to stringent cybersecurity regulations and standards set by the Department of Defense. Interested contractors must submit their proposals by May 2, 2025, and are encouraged to attend a site visit on April 15, 2025, with prior registration required. For further inquiries, potential bidders can contact Angelo Minisini at angelo.minisini@us.af.mil or Tyler Seng at tyler.seng@us.af.mil.
21 LRS Security Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a new CCTV security system at Schriever Space Force Base in Colorado. The project aims to enhance security through the installation of high-resolution cameras with night vision capabilities, requiring skilled labor and materials that comply with building codes and security protocols. This initiative underscores the government's commitment to implementing advanced security solutions within controlled environments, ensuring compliance with federal regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by April 10, 2025, and can direct inquiries to SSgt Joshua Stone at joshua.stone.23@spaceforce.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil.
AV Conference Room Update
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the AV Conference Room Update project, which involves the procurement of audio visual equipment and its embedded installation. This initiative aims to enhance the functionality of conference rooms by upgrading existing audio and video systems, which are critical for effective communication and collaboration within military operations. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 334310 for Audio and Video Equipment Manufacturing. Interested vendors can reach out to Hiram Rodriguez at hiram.rodriguez16.civ@army.mil or 520-693-5928, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.