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
    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. The procurement aims to enhance audio-visual capabilities by installing existing Crestron equipment and various auxiliary systems, with a focus on high-quality audio services. This initiative is part of a broader strategy to engage Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in federal contracting, ensuring compliance with Federal Acquisition Regulations (FAR). Interested vendors must submit their proposals by April 18, 2025, at 1:00 PM PST, and are encouraged to attend a site visit on April 9, 2025, at 2:00 PM PST. For inquiries, potential offerors can contact Vince Mills at vincente.mills.2@spaceforce.mil or TSgt Mark Wheeler at mark.wheeler.10@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    The Pacific Coast Club is undertaking an audio upgrade project, seeking to repurpose existing JBL speakers in specific rooms while retaining current projectors and screens, pending their compatibility. The installation of new Crestron equipment has not yet started. The existing audio-visual equipment’s warranty status is uncertain; although they were purchased two years ago, they remain unopened, implying potential usability if undamaged. There is no required warranty for audio-visual gear after installation, but a four-year warranty is mandated for computer components. Clarifications regarding consulting firms involved in the project have been deemed irrelevant. This document serves as a Q&A to address key inquiries regarding existing equipment and project requirements, illustrating the preparative steps taken before moving forward with the procurement process under federal and local government frameworks.
    The Pacific Coast Club is undertaking an audio upgrade project, seeking to repurpose existing JBL speakers in specific rooms while retaining current projectors and screens, pending their compatibility. The installation of new Crestron equipment has not yet started. The existing audio-visual equipment’s warranty status is uncertain; although they were purchased two years ago, they remain unopened, implying potential usability if undamaged. There is no required warranty for audio-visual gear after installation, but a four-year warranty is mandated for computer components. Clarifications regarding consulting firms involved in the project have been deemed irrelevant. This document serves as a Q&A to address key inquiries regarding existing equipment and project requirements, illustrating the preparative steps taken before moving forward with the procurement process under federal and local government frameworks.
    The document outlines vendor proposals for various audio-visual (A/V) equipment and installation services as part of a potential government procurement. It lists multiple items including Crestron equipment, UPS systems, network switches, and microphones, with each item evaluated based on specifications and vendor compliance. Each line item includes information on whether vendors meet the requirements, with placeholders for further explanation if criteria are not met. The primary purpose of the document is to assess the compatibility and adherence of vendor offerings to established standards for A/V installations, identifying preferred brands and part numbers, even though none are explicitly noted as required. This structured evaluation will guide decision-makers in the procurement process, ensuring that the selected equipment aligns with the intended technical specifications and operational needs. Overall, the document serves as a foundational tool for government RFP analysis concerning A/V installations.
    The document outlines a procurement list for audiovisual and electrical equipment, likely intended for a government project. It includes various items such as wire, digital signal processors, power amplifiers, speakers, touchscreen devices, and wireless transmitters from manufacturers like Southwire and Crestron, with specific quantities noted for each item. This list suggests a focus on enhancing communication and audio-visual capabilities, possibly for government facilities or public event venues. The inclusion of popular brands ensures reliability and compatibility in a broad range of applications, emphasizing quality and effectiveness in the intended use. Overall, this procurement exemplifies a strategic initiative to upgrade or maintain technology infrastructure in compliance with federal or local standards.
    The government document outlines a Request for Proposals (RFP) for a project aimed at enhancing community mental health services across the state. The initiative seeks qualified applicants to provide innovative solutions that bolster accessibility and effectiveness of mental health care, especially in underserved areas. Key elements include the development of programs that integrate mental health services with existing healthcare frameworks, ensuring a comprehensive approach to patient care. Organizations are encouraged to leverage evidence-based practices and collaborate with local stakeholders to tailor services specific to community needs. Proposed projects should address barriers to care, such as stigma and transportation, while also prioritizing outreach and education efforts. Funding allocations and performance metrics will be established to ensure accountability and measure the impact of implemented services. The document emphasizes a commitment to improving mental health outcomes through strategic partnerships and resource optimization. This RFP represents the government’s ongoing effort to advance public health initiatives and support the well-being of its constituents.
    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.
    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
    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.
    Egg Conference Room Audio/Visual Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of the Audio/Visual System in the Egg Conference Room at the Long Beach Veterans Affairs Healthcare System. The project aims to enhance the current AV system by replacing existing gooseneck microphones and adding wireless handheld, lapel, and catch-box microphones, all while ensuring integration with the existing Crestron-based system. This upgrade is crucial for improving user experience and audience interaction during meetings and events held in the facility. Proposals are due by December 29, 2025, at 5:00 PM PST, and interested parties should direct inquiries to Daniel Kneizeh at daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    30 FSS Sports Officials
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sports Officials and Scorekeeping services at Vandenberg Space Force Base in California. The procurement aims to provide officiating and scorekeeping for various adult intramural, varsity, and youth sporting events, ensuring that all officials are certified and adhere to game rules and base-specific bylaws. This contract is crucial for maintaining organized and professional sporting activities at the base, enhancing community engagement and morale among service members and their families. Interested small businesses must submit their quotations by August 19, 2025, with an anticipated award date of October 1, 2025, and can direct inquiries to Vince Mills or Kristofer Clark via email.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    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.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    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.
    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.