RN Conf Room Equipment Replacement
ID: FA2823-25-Q-A028Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is seeking quotes for the replacement of multi-purpose conference room equipment under solicitation number FA2823-25-Q-A028. This procurement aims to enhance the audiovisual capabilities of the conference room, ensuring compliance with government standards and supporting functionalities such as Microsoft Teams meetings. The project emphasizes the acquisition of new, compliant Commercial-Off-The-Shelf (COTS) products, with a firm-fixed price contract to be awarded based on best value criteria, including technical capability, price, and past performance. Interested small businesses must submit their quotes by 10:00 AM CDT on July 31, 2025, and can contact Olivia Harris or Gretchen Tubolino for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Standards and Installation Specifications set forth by the 96th Communications Squadron for Eglin Air Force Base, detailing requirements for telecommunications infrastructure, including Land Mobile Radio (LMR) equipment, inside and outside plant cabling, and information technology systems. The purpose is to ensure compliance with Department of Defense and Air Force standards when designing and installing communications systems. Key components include specifications for equipment cabinets, network switches, grounding procedures, and cabling types, emphasizing the need for coordination with the Communications Squadron before any project begins. Technical requirements highlight the necessity for proper construction practices, grounding, labeling standards, and adherence to specific materials, while the deliverables section mandates tests and documentation to confirm installation quality. Overall, the document serves as a comprehensive guideline for contractors undertaking telecommunications tasks at Eglin AFB, ensuring that all projects align with strategic Cyber Infrastructure support and operational standards for maintaining secure communication systems crucial for military operations.
    This document outlines the requirements and expectations for contractors responding to federal government Requests for Quotes (RFQs) regarding the procurement of new hardware and associated software products. Key provisions include the necessity for vendors to provide state-of-the-art technology, ensure all products are genuine, and the non-acceptance of remanufactured or refurbished equipment. Contractors must disclose if items are on backorder and are mandated to provide warranties and customer support, including 24/7 live telephone assistance during the warranty period. This comprehensive approach ensures that the government entities receive high-quality, compliant products while safeguarding the interests of both the contractors and the government, promoting transparency and efficiency within procurement processes. Additionally, the document sets clear guidelines ensuring both compatibility and support for the required products, thereby aiming for seamless integration and operational effectiveness. Overall, the content establishes a structured framework for fulfilling government IT and hardware needs through vigilant vendor management and product verification.
    The document outlines the solicitation FA2823-25-Q-A028, with a submission deadline for offers set at 10:00 AM Central Standard Time on July 23, 2025. This solicitation is part of the federal contracting process and signifies an opportunity for vendors to submit proposals in response to a government request. It emphasizes the importance of adhering to the specified deadline, highlighting the structured nature of government Requests for Proposals (RFPs) where timely responses are crucial for consideration. The document serves to inform potential contractors about the timeline they must follow to participate in the bidding process. Understanding this bid schedule is essential for those looking to engage with federal procurement opportunities. The brevity of the document reflects a focus on procedural information, which is standard in governmental solicitations. Overall, this solicitation exemplifies the formal framework utilized in governmental contracting, ensuring compliance from vendors.
    The document outlines the solicitation FA2823-25-Q-A028, with a submission deadline for offers set at 10:00 AM Central Standard Time on July 16, 2025. It serves as a formal notice for potential bidders regarding a specific federal procurement opportunity. The document's purpose is to solicit proposals from qualified vendors who can fulfill the requirements outlined within the solicitation. While the specifics of the project or necessary services are not detailed in the excerpt, this announcement indicates the government's initiative to engage with contractors for upcoming projects, highlighting processes and timelines critical for participation. It reflects the structured nature of federal procurement and the timelines that vendors must adhere to in order to be considered for award. This summary emphasizes the importance of the RFP process in facilitating government contracts and the need for timely submissions by interested parties.
    The document outlines a Request for Quote (RFQ) from the Air Force Test Center at Eglin Air Force Base, Florida, for procurement of multi-purpose conference room equipment. This acquisition is set as a 100% Small Business set-aside and is governed by Federal Acquisition Regulation (FAR) guidelines, specifically Parts 12 and 13. The NAICS code is 334310, and offers must be submitted FOB Destination to the base. The evaluation for contract award will focus on technical capability, price, past performance, and supplier risk. Offerors must ensure compliance with all solicitation requirements and submit a complete quotation, as partial offers will not be accepted. There will be no advance payments, and the winning offer will be selected based on the best value for the government. Additionally, firms interested in bidding must have a DUNS number and be registered in the SAM and Wide Area Work Flow systems for eligibility and payment processing. The document emphasizes the importance of new equipment, excluding refurbished items, highlighting the government's strategic procurement approach.
    The document is a Q&A for the RN Conference Room Equipment Replacement, detailing responses to queries regarding the project specifications. It confirms that existing cameras and microphones are installed and operational, and the room will be used solely for Microsoft Teams meetings, lacking video teleconferencing capabilities. Clarifications also mention that a GFE projector is available and only requires mounting, and the ordering table provided is comprehensive for all necessary repairs or replacements. This document aids in ensuring that vendors clearly understand the project's requirements, facilitating accurate responses to the RFP. The emphasis on existing equipment and clear communication reflects the federal government's commitment to efficient procurement processes in upgrading conference room facilities.
    The document outlines a Q&A format addressing questions related to the replacement and repair of audiovisual equipment in a conference room setting. Key points include confirmation that the room is intended for Microsoft Teams usage, the existing equipment (such as a projector and TVs) that will be retained, and the types of components that need replacement, particularly a touch panel which is malfunctioning. Clarifications on functionality, brand specifications, and acceptable substitutions under government-approved lists are detailed along with explanations about existing connections and the current state of the system. The report emphasizes a comprehensive upgrade due to the age of the equipment, and it links the successful operation of the system to the ability of the users to control it effectively through a touch panel interface. Additionally, it notes that the functionality must comply with specific technical requirements to ensure proper integration into government networks. Overall, the document serves as a guideline for vendors to prepare competitive bids regarding this government RFP, focusing on the technical refresh of the conference room audiovisual system.
    The document outlines a Request for Proposal (RFP) for a technology refresh in a multi-purpose room to support conference capabilities, specifically through the installation of audio-visual distribution systems. Key requirements include compliance with Information Assurance standards, Energy Star guidelines, and mandates for various technical specifications such as Unified Capabilities and Trusted Platform Modules. The contractor must provide COTS products that meet specific certifications, and all equipment must be on the Defense Information Systems Agency (DISA) Approved Products List. The ordering section details the specific components needed for the upgrade, including video distribution systems and associated controls, while emphasizing the need for seamless integration with existing Government Furnished Equipment (GFE). Additionally, the document requires that all products be brand new and specifies that no remanufactured or refurbished items are acceptable. Successful bids must also address any backordered items and provide updates in line with technological advances available in the marketplace. This RFP underscores the government’s commitment to enhancing technological infrastructure in line with federal standards and needs.
    The document outlines a Request for Proposal (RFP) for a technological refresh of a multi-purpose room at a federal facility, focusing on electronic devices for audio, video, and display systems. The contractor must provide compliant Commercial-Off-The-Shelf (COTS) products certified under various government standards, such as FIPS and CNSSP-11, with a primary emphasis on information assurance and energy efficiency. The tech refresh aims to replace failing audiovisual equipment to support Microsoft Teams meetings and enhance multimedia capabilities. The contractor is expected to provide a range of products, including a video distribution system and a control system with strict adherence to the Defense Information Systems Agency (DISA) Approved Products List. All equipment must be new, with no remanufactured items allowed, and the contractor should give clear notifications regarding backordered items. The project highlights the government's commitment to implementing up-to-date technology while ensuring compliance with stringent standards for security and interoperability in government operations.
    The document addresses a Request for Quotation (RFQ) regarding the repair and replacement of audiovisual (AV) equipment in a government conference room. It clarifies specific components such as a GFE (Government-Furnished Equipment) projector, cameras, and TVs, detailing their current statuses and installation requirements. The existing AV system struggles with connectivity issues, particularly the touch panel failing to access IP addresses, leading to functional limitations. Key queries pertain to the acceptability of alternative brands, the requirement for detailed material lists, and the necessity of additional equipment for full functionality. Responses affirm that functionally equivalent substitutes are permitted, provided they meet technical specifications and compliance with the DISA Approved Products List. The overarching goal is to ensure a reliable AV system suitable for MS Teams meetings. The lack of a formal Scope of Work (SOW) or Performance Work Statement (PWS) in the RFQ necessitates clarity on the components required for successful bid submissions. The document reflects the government’s intent to modernize its conference facilities while addressing specific technical challenges faced by the existing system.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    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.
    Conf Table
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a conference table under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing. The conference table is essential for facilitating meetings and collaborative efforts within military operations, highlighting its importance in maintaining effective communication and decision-making processes. Interested vendors can reach out to Michelle Ruybal at michelle.g.ruybal.civ@army.mil or by phone at 801-386-4800 for further details regarding the submission process and any deadlines.
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Quickset Gimbal system to be delivered and installed at Wright-Patterson Air Force Base, Ohio. This procurement is a 100% small business set-aside under NAICS code 334516, with the objective of acquiring a system that stabilizes and controls a collection of hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for educational purposes in Optical Engineering and Applied Physics courses. The selected vendor must meet specific technical requirements, including a minimum payload capacity of 1200 lbs and an IP67 environmental rating, with a contract period of performance of six weeks post-award. Quotes are due by December 19, 2025, at 1:00 PM EST, and interested parties should direct inquiries to Bryson Pennie and Linh Jameson via email before December 16, 2025.
    Conference Room Table
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a U Shaped Conference Room Table to be delivered to Joint Base Myer - Henderson Hall. The specifications include a primary long table measuring 20 feet in length and 3 feet in width, accompanied by two side tables each measuring 10 feet in length and 3 feet in width, all in a white oak color finish. This furniture is essential for facilitating meetings and discussions within military operations, emphasizing the importance of functional and professional environments. Interested small businesses are encouraged to reach out to Ryan Belush at ryan.z.belush.mil@army.mil or call 910-643-4346 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    FF&E Warehouse Furniture
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of furniture for four offices located at Baza 71 Aeriana Str, Campia Turzii, Romania. The requirement includes specific items detailed in Attachment 2 – Salient Characteristics, with all items being brand name or equal, and a need date set for May 1, 2026. This procurement is crucial for ensuring that the offices are adequately furnished to support operational efficiency. Interested vendors must submit their quotes by December 19, 2025, no later than 1500 EST, to the Contracting Officer, 1st Lt Ali Elyousfi, at ali.elyousfi.2@us.af.mil, with quotes remaining valid for 90 days post-submission.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.