Awarded ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Data Wall Installation

DEPT OF DEFENSE W50S8R25Q0005
Total Obligated
$461,438
SAM.gov
Current Recipient
ATP GOV, LLC Elk Grove Village IL 60007 USA
Sep 29, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Army, is soliciting quotes for the installation of a new integrated data wall at the Mansfield Air National Guard facility in Ohio. The procurement requires the contractor to provide all necessary labor, equipment, materials, and supervision to design and install a large-format data/video wall, along with associated upgrades to a conference room, enhancing command and control capabilities for the 179th Cyber Operations Group. This project is critical for improving mission briefings and training functionalities, with a firm-fixed-price contract expected to be awarded to a qualified small business under NAICS code 334310. Interested parties must submit their quotes electronically by September 28, 2025, and are required to attend a mandatory site visit on August 19, 2025, adhering to strict security protocols. For further inquiries, contact Jeffrey Snyder at jeffrey.snyder.20@us.af.mil or James E Kliewer at james.kliewer.2@us.af.mil.

Classification Codes

NAICS Code
334310
Audio and Video Equipment Manufacturing
PSC Code
5836
VIDEO RECORDING AND REPRODUCING EQUIPMENT

Solicitation Documents

14 Files
Attachment 2 Statement of Work 6 Aug 2025.pdf
PDF249 KB9/27/2025
AI Summary
The Mansfield Air National Guard seeks a contractor for installing a new integrated video/data wall in Building 409 RLF by August 6, 2025. This project aims to enhance command and control, briefings, and training for the 179th Cyber Operations Group. The scope includes a large format data/video wall (110’x40’) with six video inputs from 29 sources, and localized audio. The adjacent conference room will also be upgraded with a Digital Media Presentation System integrated with existing teleconferencing. Work will occur Tuesdays through Fridays, 0830-1630, excluding federal holidays. Contractor personnel require specific identification, background checks, and Antiterrorism Level I training. Access to the TS/SCI facility is restricted to US citizens, prohibiting personal electronics. All equipment must be from the Approved Product List (APL) and approved by 16th AF and NGB CISO, with a 90-120 day lead time for approval. The contractor is responsible for installation, clean-up, repairs for any damage, operational testing, and providing training and manuals. Government-furnished equipment includes two Samsung 75” 4K UHD displays and an APC Rack.
Revised SOW 28 Aug 2025.pdf
PDF255 KB9/27/2025
AI Summary
This Statement of Work (SOW) outlines the requirements for the Mansfield Air National Guard to install a new video/data wall in Building 409 Relocatable Facility. The project aims to enhance command and control awareness, mission briefings, and training for the 179th Cyber Operations Group. The contractor will provide all necessary personnel, equipment, tools, and materials. Key requirements include designing and installing an IP-scalable A/V wall solution with specific display and audio capabilities for the operations floor, and upgrading an adjacent conference room with a Digital Media Presentation System and 4K resolution display. All equipment must be TAA compliant and on the Approved Product List (APL). The contractor is responsible for site cleanup, repairs for any damage, operational testing, and providing customer training and documentation. Access to the facility is restricted, requiring background checks, US citizenship, and completion of Antiterrorism Level I training.
Data Wall Question and Answer 28 Aug.pdf
PDF117 KB9/27/2025
AI Summary
This document, part of RFP W50S8R25Q0005, provides Q&A for a data wall project, clarifying requirements for a video wall, audio, and related infrastructure. Key details include a preference for 6 large images or 24 individual images on the video wall (98' W x 8'4" H), with no preference for LCD or dvLED technology. The system must be IP-based, utilize fiber optic cabling (SMF to MMF conversion needed if using GFE fiber), and be standalone from existing network infrastructure. Audio is required for 29 workstations, with ceiling speakers preferred if sound is contained. Two GFE 75" displays in the conference room require multi-source windowing. The project also addresses equipment rack locations, cable paths, approved product lists, and security procedures. The government emphasizes using the provided catalogs for equipment selection to ensure compliance.
Attachment 1 Clauses and Provisions.pdf
PDF190 KB9/27/2025
AI Summary
The document, W50S8R25Q0005, is a government file detailing various clauses and provisions applicable to federal contracts, particularly focusing on defense acquisitions. It outlines requirements related to contractor conduct, supply chain security, and unique item identification. Key provisions include prohibitions on certain telecommunications equipment, restrictions on business operations with specific foreign regimes, and mandates for antiterrorism awareness training. The document also provides detailed instructions for electronic invoicing and payment through the Wide Area WorkFlow (WAWF) system. Additionally, it specifies certifications and representations that offerors must complete, covering aspects such as small business status, Buy American Act compliance, and prohibitions against forced labor, ensuring contractors meet stringent federal regulations.
W50S8R25Q0005 Combined Synopsis.pdf
PDF203 KB9/27/2025
AI Summary
This document is a combined synopsis/solicitation (RFQ W50S8R25Q0005) for commercial items, specifically for the provision and installation of a data wall and associated labor. It is a 100% small business set-aside with NAICS code 334310 and a size standard of 750 employees. The contract will be a Firm-Fixed Price purchase order utilizing simplified acquisition procedures. A mandatory site visit is scheduled for August 19th at 10:00 AM EST at 1947 Harrington Memorial Road, Mansfield, OH, 44903, requiring advance registration and strict adherence to security protocols including REAL ID-compliant identification and restrictions on electronic devices. Quotes are due by September 4th, 2025, at 1:00 PM EST. Offerors must submit a complete package including a "Product Inventory" document, a product specification sheet, and a work timeline. Evaluation will be based on responsiveness (pass/fail), technical acceptability (acceptable/unacceptable), and price, with the award going to the lowest priced, technically acceptable, and responsive small business offeror. Questions are due by August 25th, 2025. Information on the National Guard Agency Protest Program is also provided for dispute resolution.
Revised W50S8R25Q0005 Combined Synopsis.pdf
PDF228 KB9/27/2025
AI Summary
This document is a combined synopsis/solicitation (RFQ W50S8R25Q0005) for commercial items, issued as a 100% small business set-aside with NAICS code 334310 (750-employee size standard). The solicitation seeks a contractor to provide and install a data wall, including all necessary labor, equipment, materials, and shipping, for a firm-fixed-price purchase order. A site visit is scheduled for August 19th at 10:00 AM EST at 1947 Harrington Memorial Road, Mansfield, OH, 44903, requiring prior registration and adherence to strict security protocols. The U.S. Small Business Administration has granted a class waiver to the Non-Manufacturer Rule for NAICS 334310 for Television (TV) Sets Manufacturing; Home Type. Quotes are due by September 17th, 2025, at 10:00 A.M. EST, and must include a firm-fixed price, a “Product Inventory” document, a product specification sheet, and a work timeline. Award will be based on the best value, considering responsiveness (pass/fail for complete package), technical acceptability (acceptable/unacceptable for meeting all requirements), and the lowest evaluated price. Questions must be submitted by August 25th, 2025. Information on the National Guard Agency Protest Program is also provided.
Revised SOW 10 Sep 2025.pdf
PDF254 KB9/27/2025
AI Summary
The Mansfield Air National Guard requires a contractor to provide and install a new integrated video/data wall within Building 409 Relocatable Facility at the 179th CW Mansfield Ohio Air National Guard. This Statement of Work (SOW) outlines the need for a large-format data/video wall for four network enclaves, with specific requirements for video inputs, switching capabilities, and localized audio. Additionally, the adjacent conference room needs an upgraded Digital Media Presentation System with video streaming and presentation functionality integrated with Government Furnished Equipment (GFE) teleconferencing. The SOW details performance hours, recognized holidays, base access procedures, and critical security requirements, including background checks, antiterrorism training, and restrictions on electronics within the TS/SCI facility. All equipment purchases must adhere to the Approved Product List (APL) and require written approval, with a typical lead time of 90-120 days. The contractor is responsible for the design, installation, testing, and training for both the operations floor and conference room systems, including providing manuals and architectural drawings.
Revised Attachment 1 Clauses and Provisions.pdf
PDF236 KB9/27/2025
AI Summary
This government file, W50S8R25Q0005, outlines essential clauses and certifications for federal contracts, focusing on compliance, ethical conduct, and supply chain integrity. Key sections detail requirements for unique item identification and valuation (252.211-7003), electronic payment processing via Wide Area WorkFlow (WAWF) (252.232-7006), and offeror representations regarding business status and compliance (52.212-3). These include certifications for small business concerns, Buy American provisions, and prohibitions related to child labor, certain telecommunications equipment, and business operations with sanctioned regimes. The document emphasizes the contractor's responsibility for accurate representations, adherence to various federal regulations, and proper data submission for items and payments.
Alternative DoD Products List.pdf
PDF8054 KB9/27/2025
AI Summary
The document provides a Certified Products List (CPL) generated on August 25, 2025, detailing products recognized under the Common Criteria Recognition Arrangement (CCRA). This list includes various IT security products across categories like Access Control Devices, Biometric Systems, Boundary Protection, Data Protection, Databases, Detection Devices, and ICs/Smart Cards. Products are certified based on compliance with collaborative Protection Profiles (cPPs) or Evaluation Assurance Levels (EALs), specifically EAL1-2, or EALs up to EAL4 with ALC_FLR for cPPs. Certificates claiming EAL3 or higher without a cPP are treated as EAL2 for mutual recognition. Certificates remain valid on the CPL for five years from issuance, after which they are moved to an archive list unless extended. The list provides product details, vendors, certificate dates, expiration dates, and compliance schemes, serving as a reference for certified secure products.
Revised 23 Sep 2025 W50S8R25Q0005 Combined Synopsis.pdf
PDF260 KB9/27/2025
AI Summary
This Request for Quotation (RFQ) W50S8R25Q0005 is a 100% small business set-aside for the provision and installation of a data wall at 1947 Harrington Memorial Road, Mansfield, OH, 44903. The solicitation, under NAICS code 334310, requires a Firm Fixed Price (FFP) purchase order. A mandatory site visit is scheduled for August 19, 2025, at 10:00 AM EST, requiring prior registration and strict adherence to security protocols, including ID verification and restrictions on electronics. Questions regarding the RFQ are due by August 25, 2025, and quotes must be submitted electronically by September 26, 2025, 10:00 A.M. EST. Proposals will be evaluated on technical factors (product inventory/specifications and work timeline) and price, with a minimum 'Acceptable' rating for the technical factor required for award. The U.S. Small Business Administration has granted a class waiver to the Non-Manufacturer Rule for applicable products under this NAICS code. Unclassified quotes should be organized into two volumes: Technical (Product Inventory & Specifications, Work Timeline) and Price. The government intends to award a single contract based on the best value.
Revised SOW 23 Sep 2025.pdf
PDF253 KB9/27/2025
AI Summary
This Statement of Work (SOW) outlines the requirements for a contractor to provide and install a new integrated video/data wall system within Building 409 RLF at the 179th CW Mansfield Ohio Air National Guard. The project aims to enhance command and control, mission briefings, and training capabilities. Key requirements include a large-format data/video wall (110'x40') with at least six video inputs from 29 sources, specialized audio distribution to prevent bleed-over, and a Digital Media Presentation System in an adjacent conference room. The contractor must adhere to a strict Approved Product List (APL), with specific display requirements (minimum 50" 4K resolution for LCD/LED, 36" 4K for D-LED, bezel-less, no wireless/Bluetooth, and no microphones). Equipment purchases require prior government approval, typically taking 90-120 days. The SOW also details access procedures, security regulations (including Antiterrorism Level I training and TS/SCI facility restrictions), work hours (Tuesday-Friday, 0830-1630, excluding holidays), and responsibilities for site cleanup, damage repair, operational testing, and user training. Government-furnished equipment includes two Samsung 75" 4K UHD displays, an APC Rack, and a camera.
AF JUC APL Catalog - 20240205.pdf
PDF3141 KB9/27/2025
AI Summary
The Air Force JWICS Unified Communications (AFJUC) Approved Products List (APL) outlines certified Cisco voice and video endpoints, updated on February 5, 2024. The document emphasizes that no systems should be purchased without a MAJCOM-validated requirement. It details new additions like the Cisco Room Bar series and upcoming CIS Secure devices. AFJUC capabilities include conferencing (ad-hoc, virtual meeting rooms, JWICS Suite VTC), Extension Mobility, Jabber for Windows (voice, video, chat, presence), voicemail, Self-Care Portal, IC Directory, Inter-Agency Dialing, Cisco Web App, Hunt Groups, Pickup Groups, Jabber for VDI, and Persistent Chat Rooms. The APL categorizes and lists various personal, room, and VTC-enable endpoints, along with compatible headsets (Cisco, Poly, Jabra, Starkey) and webcams (Logitech, Cisco Desk Camera, Cisco TelePresence). Detailed specifications and budgetary estimated pricing are provided for many listed products. End-of-sale and end-of-support dates are noted for several models, and a transition plan for Cisco Room Endpoints is included.
W50S8R25Q0005 - Amendment 0006 Combined Synopsis.pdf
PDF346 KB9/27/2025
AI Summary
This document is a combined synopsis/solicitation (W50S8R25Q0005) for commercial items, issued as a Request for Quotation (RFQ) by the U.S. Air Force. It is a 100% small business set-aside under NAICS code 334310, with a size standard of 750 employees, and will result in a firm-fixed-price purchase order. The contractor is required to provide and install a data wall and associated labor at 1947 Harrington Memorial Road, Mansfield, OH, 44903. A mandatory site visit is scheduled for August 19, 2025, at 10:00 AM EST, requiring prior registration and strict security protocols for attendees, including U.S. citizenship and REAL ID-compliant identification. A class waiver to the Non-Manufacturer Rule applies for products under NAICS 334310, specifically Television (TV) Sets Manufacturing; Home Type. Quotes must be submitted electronically by September 28, 2025, at 8:00 A.M. EST, to jeffrey.snyder.20@us.af.mil and james.kliewer.2@us.af.mil. The submission must include two volumes: Factor 1 (Technical), covering Product Inventory & Specifications and Work Timeline, and Factor 2 (Price). Evaluation will prioritize the most advantageous offer to the Government, considering technical capability and price. The document also outlines reasons for quote rejection and information regarding the National Guard Agency Protest Program.
Revised SOW 27 Sep 2025.pdf
PDF255 KB9/27/2025
AI Summary
This Statement of Work (SOW) outlines the requirements for a contractor to install a new video/data wall and upgrade a conference room at the 179th Cyber Operations Group (COG) within the Mansfield Air National Guard. The project aims to enhance command and control, mission briefings, and training capabilities. The contractor must provide all necessary personnel, equipment, and materials, adhering to a 210-day performance period. Key requirements include designing and installing a large-format data/video wall (110’ by 40’) with specific display and audio capabilities for four network enclaves, controllable from two desks. The conference room upgrade involves a digital media presentation system with video streaming, presentation functionality, and integration with Government Furnished Equipment (GFE) teleconferencing. All equipment purchases must be from the Approved Product List, and specific security and access protocols, including background checks and Antiterrorism Level I training, are mandatory for all contractor personnel.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 6, 2025
amendedAmendment #1· Description UpdatedAug 28, 2025
amendedAmendment #2· Description UpdatedSep 9, 2025
amendedAmendment #3· Description UpdatedSep 11, 2025
amendedAmendment #4· Description UpdatedSep 16, 2025
amendedAmendment #5· Description UpdatedSep 23, 2025
amendedLatest Amendment· Description UpdatedSep 27, 2025
deadlineResponse DeadlineSep 28, 2025
awardAwarded to ATP GOV, LLC Elk Grove Village IL 60007 USASep 29, 2025
expiryArchive DateOct 13, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7NU USPFO ACTIVITY OHANG 179

Point of Contact

Name
Jeffrey Snyder

Place of Performance

Ohio, UNITED STATES

Official Sources