VTC Suite- 403RD AFSB
ID: W90VN925QA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO DET A CONTRACTIAPO, AP, 96218-5682, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for the acquisition of a Video Teleconference (VTC) suite for the 403RD Army Field Support Brigade, located in Daegu, South Korea. The procurement involves the design, installation, and testing of advanced audiovisual systems, including video teleconferencing equipment, large displays, and integrated communication tools, as detailed in the Statement of Work (SOW). This initiative is part of the Army's efforts to enhance its telecommunication capabilities and operational effectiveness, particularly supporting small businesses, including Women-Owned Small Businesses (WOSB). Interested vendors must submit their proposals via email to the designated contracting officer, Keturah Lynch, by July 15, 2025, following a site visit scheduled for July 9, 2025, to better understand the installation environment and requirements.

    Files
    Title
    Posted
    The document outlines a range of integrated video conferencing and display solutions available for government procurement, focusing on both hardware and installation services. It details four variations of All-in-One Video Bars, each offering progressive features such as enhanced audio and video, and noise cancellation technology. Additionally, various sizes of UHD 4K displays are specified, suitable for different environments and purposes, including command and control rooms. The document also mentions modular microphone pods for expanded audio capabilities and includes necessary mounting brackets and miscellaneous cables and accessories for installation. A key service highlighted is the VTC Suite Installation and Testing, which provides professional deployment and configuration for the entire system. This proposal is intended for government agencies seeking to enhance their communication infrastructure, ensuring modern, efficient, and high-quality video conferencing capabilities.
    This addendum outlines key terms and conditions for shipping and payment related to a government procurement order. It specifies that vendors must establish communication with the designated receiving officer, Mr. Hwang at the 403D AFSB in Daegu-Si, Korea, prior to shipping equipment, which is to be delivered within 60 days of order receipt. The document details inspection and acceptance protocols, requiring the receiving officer to verify the condition, quality, and quantity of delivered items. Payment procedures mandate invoicing to a specified office with a NET 30-day timeline from invoice receipt or acceptance of goods. Electronic submission of receipts and invoices through Wide Area Workflow (WAWF) is required, and vendors must include a government purchase order in their packing list. The addendum also emphasizes the need for timely reporting of any non-receipt, damage, or non-conformance by the receiving officer. This document serves to streamline procurement processes while ensuring compliance with government standards and enhancing communication between parties involved.
    The document outlines a solicitation for Women-Owned Small Businesses (WOSB) to provide commercial products and services, specifically for a Video Teleconference (VTC) suite for the 403RD Army Field Support Brigade. The solicitation details requirements for the procurement of various VTC equipment, including all-in-one video bars, UHD TVs, microphones, and installation services. The proposal submission must adhere to specified deadlines, with a bid due date set for July 15, 2025. Contracting procedures are guided by FAR and DFARS clauses, mandating compliance with payment terms via the Wide Area Workflow (WAWF) system. Key provisions include delivery requirements of 60 days from the award date, a focus on the lowest priced technically acceptable offers, and the potential for site orientation for bidders. All inquiries must be directed to the contracting officer, Keturah Lynch, with specifications emphasizing the need for detailed descriptions and pricing in submissions. This solicitation is a vital part of enhancing telecommunication capabilities within the Army, reflecting the government’s initiative to support small businesses, particularly those owned by women, while acquiring necessary technological tools for operational effectiveness.
    This document amends a federal solicitation related to the procurement of audiovisual equipment as part of a military contract. The amendment extends the response due date from May 16, 2025, to July 15, 2025, and updates the scope of work and contract line item numbers (CLINs). Key changes include a reduction in the quantity of 55" Full HD video walls and an increase in the quantity of 65" UHD 4K televisions. The amendment also introduces new specifications for a bracket mount and miscellaneous installation materials while deleting a previous line item related to installation and testing services. The document outlines the procedures for submitting offers, acknowledging amendments, and making changes to existing offers. Additionally, it highlights a site orientation scheduled for July 9, 2025, at Camp Henry and specifies a point of contact for inquiries on the solicitation. It reinforces the importance of adherence to the solicitation requirements and the conditions under which offers may be rejected if not properly acknowledged. Overall, this amendment serves to clarify updates to the solicitation while maintaining the original terms and conditions.
    The document outlines the Statement of Work (SOW) for the procurement and installation of video teleconferencing (VTC) equipment and digital signage at a specified government location. The contractor is responsible for providing labor, materials, and supervision for the installation of a comprehensive audiovisual system, including video displays, cameras, microphones, and audio processing systems, along with a control system for managing AV devices. Specific installations involve a unified video wall in the conference room and multiple UHD displays in command group offices, complete with integrated video conferencing capabilities. Training sessions for users and detailed documentation are required to ensure effective operation and maintenance of the equipment. The contractor must adhere to safety and compliance standards and offer a one-year warranty and technical support. A project schedule detailing the timeline for various phases must be submitted post-award. Final acceptance of the project is contingent upon successful system acceptance testing and fulfillment of all requirements stipulated in the SOW. This initiative highlights the government's investment in modernizing communication infrastructure for improved operational efficiency.
    The Statement of Work (SOW) outlines the procurement and installation of video teleconferencing (VTC) equipment and digital signage for a designated location. The contractor is responsible for providing labor and materials to install a comprehensive audiovisual system, including a video wall in the conference room, large display screens in command offices, and high-performance cameras. Key components involve integrating a video matrix switch, audio processing system, and control processor, ensuring a seamless conferencing experience. A rigorous safety and compliance standard is mandated, adhering to OSHA and NEC codes. The project encompasses user training, detailed documentation submission, and a one-year warranty, with a project schedule to be submitted within ten business days post-award. Final acceptance relies on successful system performance evaluations and delivery of training. This initiative highlights the government's commitment to enhancing communication technologies within its facilities, facilitating more efficient meeting and presentation capabilities.
    The Statement of Work (SOW) outlines the scope and requirements for the buildout of a Command Conference Room and Command Group Office AV/VTC solution at Camp Henry. The project involves the design, procurement, and installation of advanced audio-visual systems, including video teleconferencing equipment, large commercial displays, and TAA-compliant components. Key installation features include two 75-inch displays, a high-performance PTZ camera, an All-in-One Video Bar for integrated communications, and a robust microphone system. The SOW also stipulates furniture integration for cable management, workstation interface installations, and extensive cabling with professional management practices. Furthermore, AV installations will occur in four command group offices, providing suitable conferencing solutions tailored to specific leadership roles. The deliverables include a System Acceptance Test (SAT), comprehensive user training, documentation, and the removal of legacy AV systems. Compliance with safety and regulatory standards, such as OSHA and DoD regulations, is mandatory. The contractor is required to submit a detailed project timeline within ten business days of award. Final acceptance hinges on the successful completion of the SAT, training, documentation delivery, and government approval. This project illustrates the government’s commitment to modernizing communication capabilities through advanced technology.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) related to the procurement of commercial products and services by the federal government. It includes essential details such as requisition and contract numbers, issuance dates, and points of contact for inquiries. The document specifies the due date for offers, the method of solicitation, and various classifications such as small business categories, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and other designations pertinent to small business programs. Contractor obligations, including the necessity to return signed documents and submit invoices properly, are emphasized. Additionally, the document details governance under specific federal acquisition regulations (FAR), ensuring compliance in the procurement process. The solicitation is aimed at promoting economic opportunities for women-owned businesses while adhering to federal contracting standards. The overarching purpose is to facilitate government procurement processes that support equitable business opportunities, particularly for underrepresented groups.
    Lifecycle
    Title
    Type
    VTC Suite- 403RD AFSB
    Currently viewing
    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.
    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.
    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.
    Video Conference Rooms
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to provide maintenance and support for video conferencing (VC) equipment across its existing and future VC rooms. The procurement aims to ensure operational integrity through managed support services, including maintenance of current systems and installation of new equipment, as the IRS anticipates a total of 557 VC rooms (377 existing and 180 projected). This opportunity is crucial for enhancing communication and collaboration within the agency, with an anticipated Request for Proposal (RFP) to be issued in the second quarter of FY26. Interested vendors must submit their responses to Contracting Officer Jillian Staskin at jillian.n.staskin@irs.gov by December 18, 2025, at 12:00 PM EST, adhering to the specified submission guidelines.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    J059--Chapel Video Feed Upgrades Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the Chapel Video Feed Upgrades at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE camera and the integration of its audio/video feed into the facility's existing digital cable broadcast system, requiring the installation of fiber optic cable and network equipment between the chapel and the server room. This upgrade is crucial for enhancing the chapel's broadcast capabilities, ensuring high-quality video feeds for services. Interested contractors must submit their proposals by December 18, 2025, at 12 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    25--INSTALLATION KIT,VE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of an Installation Kit, VE, under the presolicitation notice. This requirement includes a total quantity of 123 kits, with a delivery timeline of 325 days, and is set aside for small businesses, emphasizing the importance of timely and quality delivery in the evaluation process. The goods are specifically manufactured for military use, highlighting their critical role in defense operations. Interested suppliers should submit their proposals via the DLA Internet Bid Board Site (DIBBS) or email Emily Castle at emily.mcknight@dla.mil, with the solicitation expected to be available on or about December 17, 2025.
    Public Address/Visual Information and Television Broadcast System (PAVIS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking interested vendors for a service contract related to the maintenance and installation of the Public Address, Visual Information, and Television Broadcast System (PAVIS). The procurement aims to ensure the effective operation of PAVIS at the depot, which is crucial for communication and information dissemination within military operations. The contract will cover a base year plus two option years, commencing on February 27, 2026, and interested parties must submit their capabilities and company information by December 15, 2025, to Alicia Piercy at alicia.a.piercy.civ@army.mil.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.