DISA-PAC VIDEO WALL
ID: HC101924R0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DITCO-PACPEARL HARBOR, HI, 96860-5815, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

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

Set Aside

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

    The Defense Information Systems Agency (DISA) is seeking proposals for the procurement, installation, programming, and testing of two new LED video walls and associated audio/video equipment at Joint Base Pearl Harbor-Hickam, Hawaii. The project involves removing existing systems, ensuring compliance with Trade Agreements Act (TAA) standards, and providing a 12-month warranty on the installation, with a completion timeline of 12 months post-award. This initiative is crucial for enhancing the agency's technological capabilities and operational efficiency. Interested small businesses must submit their proposals by October 9, 2024, at 10:00 AM HST, and can direct inquiries to Maile T. Kamikawa at maile.t.kamikawa.civ@mail.mil or Jennifer L. Seese at jennifer.l.seese.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a proposal for audiovisual equipment procurement, detailing various products from manufacturers such as Daktronics and Extron. Key items include an indoor video wall, multiple HDMI outputs, fiber optic transmitters, and premium HDMI cables of varying lengths, with specified quantities for each item. The format indicates an intention to solicit offers based on these specified equipment needs, typical for government Requests for Proposals (RFPs). Supporting detail includes aspects such as manufacturer part numbers, unit of issue, and references to warranties or software licenses. The overall purpose is to identify and outline necessary audio-visual components required for a government project, demonstrating compliance with procurement regulations and standards. By specifying "Equal" or "Brand Name" requirements, the document directs suppliers on acceptable product variations for bidding processes, ensuring quality and compatibility while adhering to federal and state guidelines.
    The document is a response to questions regarding a Request for Proposal (RFP) for installing new video walls and associated equipment. It specifies that two new LED video walls are to be installed, each approximately 6' 9.04" high by 24' wide, with a resolution of 2160x7680 pixels and a preferred pixel pitch of 0.9. The brightness requirement for the walls is set at a minimum of 600 nits. The response clarifies that no current images of the existing walls can be provided due to restrictions and that strength and wiring details of the mounting walls are not available. An important deadline is indicated for additional questions, which are due by 12:00 PM HST on August 16. Additionally, the billing structure is addressed, noting that periodic billing for delivered materials and equipment will be allowed as per a pre-agreed schedule, with payments made upon acceptance by the government. Items exceeding $5,000 will have separate line item numbers as per regulations. Overall, the document outlines the technical requirements for video walls and the terms for billing, clarifying expectations for potential contractors in the procurement process.
    The document outlines a price quote worksheet associated with a federal Request for Proposal (RFP) involving material, labor, travel, and installation costs for a proposed project. It consists of several Contract Line Item Numbers (CLINs) including CLIN 0001 for materials and CLINs 0002-0004 for labor, travel, and installation. The offerors are required to provide a detailed breakdown of all costs, including specific quantities and manufacturers for the listed materials. An indoor video wall and relevant equipment specifications are included to guide vendors in their submissions. Additionally, supporting documentation justifying costs such as previous price histories is mandated. The proposal must include thorough details of labor categories, personnel involved, and specifics for travel costs, which must receive prior written approval from the contracting officer. The document serves as a framework for vendors to submit comprehensive proposals that meet the solicitation criteria while ensuring transparency and accountability in pricing and resource allocation.
    The document outlines a procurement request for various audiovisual equipment, primarily focusing on indoor video wall displays and related components. It lists specifications for items such as a Daktronics indoor video wall and several Extron devices, including HDMI output boards, fiber optic transmitters, and high-speed HDMI cables in various lengths. The proposal emphasizes the salient characteristics required for equivalent products, detailing pixel configuration, panel dimensions, power requirements, display capabilities, and connectivity options. This RFP is likely part of a broader federal or state initiative aimed at upgrading audiovisual infrastructure, demonstrating a commitment to advanced technology solutions. The structure includes item specifications, quantities, and blank fields for pricing and warranty information, suggesting that potential contractors will need to offer competitive bids and demonstrate compliance with technical standards. Overall, the aim is to solicit proposals that meet defined technical performance criteria while ensuring value for government-funded projects.
    The document is an amendment to a solicitation for a contract concerning the Video Wall Tech Refresh at the Defense Network Center Pacific (DNC PAC) in Hawaii. It incorporates updated components like the revised Product List, Performance Work Statement (PWS), and Quality Assurance Surveillance Plan (QASP), while maintaining the original closing date for offers. The contract requires the procurement and installation of two video walls and processors, alongside providing a 12-month installation warranty. Key responsibilities include removing existing systems, installing new equipment, and ensuring operational efficiency. The QASP outlines performance evaluation measures, specifying acceptable quality levels (AQL) for service delivery. Surveillance will be conducted through random sampling, ensuring that at least 80% of performance occurs without need for rework and 95% of support queries are resolved promptly. The amendment emphasizes the importance of compliance with security requirements, as contractor personnel must hold appropriate security clearances. The document is structured into sections detailing administrative changes, performance requirements, the evaluation process, and compliance considerations, prioritizing a low-price technically acceptable proposal approach, centering on overall best value for the government.
    The document is a Request for Proposal (RFP) for technology refresh services related to a Video Wall project at DISA PAC, located at Joint Base Pearl Harbor-Hickam, Hawaii. The key components include the acquisition of materials, equipment, and labor for the video wall technology refresh in accordance with the attached Performance Work Statement (PWS). The RFP outlines submission requirements, with responses due by 10:00 AM on September 9, 2024, and includes clauses related to federal regulations and procurement standards. The solicitation emphasizes the participation of small businesses, including those owned by veterans and women. The contract will involve delivery at a specified destination, with inspection and acceptance terms detailed within the document. Additional compliance requirements are included, such as clauses related to labor standards and subcontracting, which underscore the government's commitment to equitable business practices. The RFP ensures clear procedures for invoicing and contract administration, providing a comprehensive framework for contractors to follow in order to deliver the required services efficiently and in compliance with federal law. This initiative reflects efforts to modernize technological assets while fostering opportunities for small business participation in government contracts.
    The document is an amendment to a federal solicitation, specifically Amendment 0002 to solicitation number HC101924R0003. Its primary purpose is to extend the due date for offers from September 9, 2024, to October 9, 2024, at 10:00 AM HST. All previous terms and conditions outlined in the original solicitation remain unchanged and in effect. The amendment specifies that offerors must acknowledge receipt of this change before the new deadline to avoid rejection of their proposals. Additionally, the document highlights methods for acknowledgment, including returning signed copies of the amendment or indicating receipt on submitted offers. This amendment is issued by the Defense Information Systems Agency (DISA), DITCO-PACIFIC, located at Pearl Harbor, Hawaii. The inclusion of a summary of changes section signifies the administrative nature of this amendment without altering the substantive content of the original solicitation. Overall, this document ensures clarity and compliance within the context of federal contracting processes.
    The file outlines the specifications for a government contract involving the procurement and installation of two LED video walls and processors. Each video wall will measure approximately 6' 9.04'' H x 24' 0.15'' W x 0' 2.1” D, supporting 18 HDMI inputs and outputs with up to 4K resolution. The project prohibits the integration of an audio system, as one already exists. The completion timeline is set for 12 months post-contract award. The document indicates that the contractor is required to dispose of existing video wall equipment and integrate new systems with current Extron Electronics technology, adhering to TAA/BAA criteria. Maintenance support includes a 12-month warranty and accessible spare parts for troubleshooting. The government emphasizes compliance with various technical specifications and existing infrastructure. Overall, this contract represents a significant investment in modern visual technology for government operations while ensuring compatibility and support within existing frameworks.
    The government document addresses a request for proposals (RFP) concerning the procurement and installation of two LED video walls with associated processors. Each video wall will measure approximately 6' 9.04" H x 24' 0.15" W and support up to 18 HDMI inputs with 4K resolution. The project is set for completion within 12 months of the contract award, and it requires compliance with Trade Agreements Act (TAA) standards, while the Buy American Act (BAA) does not apply. The contractor is expected to dispose of existing equipment, connect to existing Extron control and video matrix systems, and provide a 12-month warranty on the installation. Key operational specifications include unclassified and secret classification levels for display content, equipment storage, and immediate availability of spare parts for installation. The response necessitates collaboration with certified technicians and an agreed maintenance support framework, including remote troubleshooting capabilities. Overall, this RFP illustrates the government's commitment to upgrading its technological capabilities in compliance with existing regulations while ensuring operational effectiveness.
    Lifecycle
    Title
    Type
    DISA-PAC VIDEO WALL
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Video Teleconferencing (VTC) Integration
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking industry input through a Request for Information (RFI) for the integration of Video Teleconferencing (VTC) systems with Microsoft Teams on a secure internet protocol router network (SIPRNet). The objective is to identify hardware and/or software solutions that can effectively link traditional video meeting rooms and VTC devices, ensuring interoperability, scalability, high-quality audio and video, and robust data security measures. This initiative is crucial for enhancing secure communication capabilities within the Department of Defense, reflecting a commitment to modernizing technology infrastructure. Interested vendors are encouraged to submit white papers detailing their proposed solutions, addressing compliance with security regulations and other technical specifications, with inquiries directed to Michael Pirone at michael.e.pirone.civ@mail.mil or Michelle L. Rand at michelle.l.rand.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG 810, ROOM B7, BASEMENT, 810 VERMONT AVE NW, WASHINGTON, DC 20420 AND PENTAGON, ROOM 1B488, 6607 ARMY PENTAGON, WASHINGTON DC 20310-6607.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between two specified locations in Washington, DC. This procurement aims to enhance telecommunications capabilities between BLDG 810 and the Pentagon, ensuring reliable and efficient network access. The opportunity is set aside for small businesses, with a size standard of 1,500 employees, and will utilize a lowest price technically acceptable (LPTA) evaluation process for quotes. Interested vendors must submit their proposals by the specified deadline, and for further inquiries, they can contact Kendal Richter or Kevin Knowles via the provided email addresses.
    PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE BETWEEN BLDG 511, ROOM 222, 221 BUTLER AVE, MARTINSBURG, WV 25405 (MRTNSBRG/CCI) AND BLDG 1668, ROOM 1021, 1668 PORTER STREET, FT DETRICK, MD 21702-5002
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between two specified locations in Martinsburg, WV, and Fort Detrick, MD. This procurement aims to secure telecommunications services essential for operational connectivity and efficiency within the agency. The opportunity is set aside for small businesses, with a size standard of 1,500 employees, and will utilize a lowest price technically acceptable (LPTA) evaluation process for quotes. Interested parties must submit their proposals by the specified due date, and for further inquiries, they can contact Jennifer Voss or Angelina Hutson via the provided email addresses.
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet connection between two specified locations in Olympia and Joint Base Lewis/McChord, Washington. This procurement aims to enhance telecommunications capabilities, ensuring reliable network access for critical operations. The selected contractor will be responsible for delivering commercial telecommunications services, with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors should submit their quotes by the specified due date, and for further inquiries, they may contact Tammy Basson or Dale Rupright via their provided email addresses.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DISN VPN SERVICE BETWEEN BLDG 450, ROOM 5248, SB FL, 450 GOLDEN GATE AVENUE, SAN FRANCISCO, CA 94102 AND DISA IPT-PE ROUTER AT BLDG 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA 95903-1517.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB DISN VPN service connecting specific locations in San Francisco, CA, and Beale AFB, CA. The procurement aims to establish a reliable telecommunications link essential for operational efficiency and secure communications within the agency. This opportunity is set aside for small businesses under the SBA guidelines, with a focus on the Wired Telecommunications Carriers industry, and requires compliance with various federal acquisition regulations. Quotes are due by October 17, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET SERVICE BETWEEN (BLDG) ONE LIBERTY CENTER; (RM) 3045, FL 3; 875 N RANDOLPH ST, SUITE 325, ARLINGTON, VA 22203/CCI, AND (BLDG) 1558; (RM) 41A; 1558 ALABAMA AVENUE, ANDREWS AFB, MD 20762
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet service between two specified locations: One Liberty Center in Arlington, VA, and Building 1558 at Andrews AFB, MD. This procurement is critical for ensuring reliable telecommunications services, which are essential for operational efficiency within the agency. The solicitation is issued as a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they may contact Karen Pakosta or Dale Rupright via email.
    PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & COLORADO AVE, JOINT BASE LEWIS/MCCHORD, WA 98433-9500.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet connection between two specified locations in Washington State. The procurement aims to establish reliable telecommunications services essential for operational efficiency at the South Sound Community Medical Home in Olympia and Joint Base Lewis/McChord. This opportunity is classified under the NAICS code 517111, focusing on wired and wireless telecommunications carriers, and will utilize a lowest price technically acceptable (LPTA) evaluation process for quotes. Interested vendors must submit their proposals by the specified deadline, and for further inquiries, they can contact Tammy Basson or Dale Rupright via their provided email addresses.
    PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET LEASE BETWEEN BLDG 2354, SUITE 2G19A, 2 FL, 2354 FAIRCHILD DR., USAF ACADEMY, CO 80840 AND BLDG 11, RM: COMM ROOM FIRE STATION PARKING, 1ST FL, 9601 SANBORN RD; CALHAN, CO 80808 (LAT) 38.7586; (LONG) -104.300.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet lease connecting two specific locations: BLDG 2354, Suite 2G19A at the USAF Academy in Colorado and BLDG 11, RM: COMM ROOM FIRE STATION PARKING in Calhan, Colorado. This procurement aims to enhance telecommunications capabilities, which are critical for effective communication and operational efficiency within the military infrastructure. The solicitation is set aside for small businesses, with a size standard of 1,500 employees, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. Interested vendors should submit their quotes by the specified deadline and can reach out to primary contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or secondary contact Dale Rupright at dale.l.rupright.civ@mail.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 100MB SERVICE BETWEEN (BLDG) 11271; (RM) DEMUC; 11271 WRIGHT ST; FT BLISS, TX, 79918 AND (BLDG) 921A; (RM) N/A; (FL) 1; 11302 INDEPENDENCE RD, LOS ALAMITOS, CA, 90720.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a dedicated 100MB telecommunications service between two specified locations: Fort Bliss, TX, and Los Alamitos, CA. This procurement aims to enhance communication capabilities and is categorized under the NAICS code 517121, focusing on telecommunications resellers. The opportunity is set aside for small businesses, with a size standard of 1,500 employees, and will utilize a lowest price technically acceptable (LPTA) evaluation process for quotes. Interested vendors should submit their proposals by the specified deadline and can reach out to Benjamin Sparlin or Angelina Hutson via email for further inquiries.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 308, RM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA 17050.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 10GB non-switched Ethernet circuit between two locations: Building 173 at Picatinny Arsenal, NJ, and Building 308 in Mechanicsburg, PA. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity essential for military operations and coordination. The solicitation is structured as a request for quote (RFQ), with a focus on compliance with technical specifications and pricing for monthly recurring and non-recurring charges. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they can contact John Warner or Kevin Knowles via the provided email addresses.