NMUSAF Public Address System
ID: FA860125Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting quotes for the installation of a Public Address System at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The project aims to enhance communication capabilities across multiple buildings and outdoor areas within the museum, ensuring reliable coverage for high visitor volumes and integrating with existing security measures. This procurement is structured as a firm fixed-price contract, with a requirement for completion within 120 days post-award, and is set aside exclusively for small businesses under NAICS code 334310. Interested vendors must submit their quotes electronically by October 24, 2024, at 12:00 PM EST, and can direct inquiries to Contract Specialist Jenna Sizemore at jenna.sizemore.1@us.af.mil or Contracting Officer Shannon Scott at shannon.scott.4@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a Public Address System project overseen by the Air Force Life Cycle Management Center (AFMC) at Wright-Patterson Air Force Base. It addresses specific questions related to the project's contracting details. The first inquiry concerns the range of magnitude for the project, which is stated as not applicable since this determination is reserved for construction contracts. The second question asks about the necessity of a bid bond for proposal submissions, to which the response clarifies that a bid bond is not required. This information is intended to clarify procurement procedures for potential contractors engaged in the project, ensuring transparency in requirements and expectations for submission in accordance with federal contracting practices.
    A site visit for the Public Address System was conducted on 17 October 2024, at 11:00 am. Attendees included representatives from various construction and electrical firms, such as Pinnacle Construction, Security 101, Calvin Electric, AmorServ LLC, Conference Technologies, Inc. (CTI), and Garber Electrical Contractors. The purpose of this visit appears to involve assessing the requirements and logistics for implementing or upgrading a public address system, likely in response to a government Request for Proposals (RFP) or grant opportunity. This gathering reflects collaboration among multiple stakeholders in the construction and security sectors, suggesting a collective effort to meet compliance, safety, and operational standards required for such systems. The mix of companies present indicates a comprehensive approach to the project, leveraging diverse expertise to ensure effective solutions. This proactive engagement aligns with typical practices within federal and state/local RFP processes, underscoring the importance of stakeholder input and site evaluations in project planning and execution.
    The document outlines an RFP for a Public Address System, including installation, testing, and training at the National Museum of the United States Air Force (NMUSAF). The project aims to enhance communication throughout several key buildings and areas on the museum campus, including parking lots and cafes. It is structured around a firm fixed-price arrangement with one line item requiring delivery within 120 calendar days from the award date. The contractor must adhere to specific technical and reporting requirements, including provisions for inspection and payment via the Wide Area Workflow (WAWF) system. Throughout the document, various clauses and regulations from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are referenced, ensuring compliance with government contracting standards. Overall, the document emphasizes the importance of delivering a robust public address system that meets defined technical specifications while following the established federal procurement processes.
    The document pertains to the NMUSAF non-Network Fiber Optic Cabling project at Wright-Patterson Air Force Base, with project engineers John Hamden and Jeff Miller overseeing the installation details. The project involves the installation of multiple fiber optic cables among buildings 20489, 20487, 20494, and 20497. Various cable paths and termination points are specified, including cable runs between specific rooms, the installation of wall-mounted Fiber Optic Distribution Points (FODP), and the connection of 24-strand single mode cables. Contractors are instructed to survey work areas, report potential changes to project management, and follow strict installation guidelines, including the use of armored and non-armored cables based on location. The drawings indicate a detailed routing of conduits and termination locations, emphasizing the importance of coordination with the Air Force personnel to ensure accurate installation both structurally and functionally. This initiative demonstrates the military's ongoing commitment to improving its network infrastructure to enhance operational capabilities. Overall, the document serves as a technical guide for contractors tasked with executing the fiber optic cabling project.
    The document outlines a Statement of Work (SOW) for the installation of an IP-Based Public Address System at the National Museum of the United States Air Force (NMUSAF) in Ohio, following the necessity for enhanced security and communication due to its high visitor volume. The SOW details the scope, technical requirements, and specific equipment needed to cover various museum buildings, parking areas, and grounds. The system must integrate with existing security measures and meet federal and industry standards, ensuring reliable communication across multiple zones. Key equipment includes public address servers, speakers, amplifiers, and audio management tools, which will be interconnected via an intranet for optimal performance. A rigorous schedule for installation and testing is mandated, with all contractor personnel required to be U.S. citizens. The contractor is responsible for system optimization and training museum staff post-installation. Overall, the project reflects a commitment to enhancing safety and operational efficiency within the museum, aligning with federal security protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hangar 7 Sound System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 48th Maintenance Group at RAF Lakenheath, is seeking qualified contractors for a sound system upgrade in Hangar 7. The project aims to enhance audio quality for high-visibility events, requiring the installation of a new system that supports multiple audio inputs and functions as a Public Address (PA) system, ensuring echo-free sound throughout the facility. This upgrade is crucial for improving facility functionality and audience engagement during critical events. Interested offerors are encouraged to attend a site visit on October 24, 2024, at 11:00 BST, with quotes due by November 15, 2024, at 15:00 GMT. For further inquiries, contact Joanne Tansley at joanne.tansley.gb@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil.
    Pneumatic Plastic Media Recovery System Updates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide parts and installation for updates to the Pneumatic Plastic Media Recovery System at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement involves the purchase and installation of a new plastic media blasting booth, ensuring compliance with industry standards and safety regulations, including OSHA guidelines, while minimizing disruption to government operations. This project is crucial for maintaining operational readiness and efficiency in military equipment maintenance. Interested small businesses must submit their quotes by September 23, 2024, with the intent to award a contract based on technical capability and price, and can direct inquiries to Lori J. Jenkins at lori.jenkins.1@us.af.mil or by phone at 330-609-1041.
    Ultrasonic Immersion Tank Inspection System (REV)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson Air Force Base, is soliciting proposals for an Ultrasonic Immersion Tank Inspection System under solicitation number COMBO-AFRL-PZLEQ-2025-0001. This system is intended for the inspection of composite aircraft materials, focusing on obtaining critical ultrasonic data (A-Scan, B-Scan, C-Scan) to assess material integrity, including evaluations for deformation, delamination, and defects. The procurement emphasizes the importance of advanced material testing techniques within aerospace research, ensuring compliance with operational effectiveness in a government context. Interested vendors must submit their quotes by November 4, 2024, at 4:00 PM ET, and can direct inquiries to Contract Specialist Mike Hornberger at michael.hornberger.1@us.af.mil or by phone at (937) 713-0549.
    59--HORN,LOUDSPEAKER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of a loudspeaker horn (NSN 5965017110067). This solicitation is a Total Small Business Set-Aside, aimed at acquiring audio and video equipment essential for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's DIBBS website. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with quotes due within 168 days after the award date.
    AMPLIFIER-POWER SUP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Amplifier-Power Supply through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 200 days, and emphasizes the need for compliance with specific quality assurance standards and government inspections. This equipment is critical for military operations, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors should submit their quotes by October 29, 2024, and can direct inquiries to Adrienne L. Rubinic at 717-605-1394 or via email at ADRIENNE.L.RUBINIC.CIV@US.NAVY.MIL.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base, Nevada. The contractor will be responsible for managing essential logistics, including the assembly of tent complexes, seating arrangements, and equipment for approximately 200,000 attendees, while ensuring compliance with safety standards and accessibility requirements. This procurement is critical for the successful execution of a large-scale military event, emphasizing the need for structured logistical operations. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to RSVP for a site visit scheduled for October 8, 2024. For further inquiries, contact 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    59--HEADSET-MICROPHONE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 87 headset microphones, identified by NSN 5965016764054. This solicitation is a Total Small Business Set-Aside, aimed at acquiring audio and video equipment essential for military communications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for submissions is 168 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    B409 ROOF REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Ohio Air National Guard, is preparing to issue an Invitation for Bid for a fixed-price contract focused on the replacement of the roof of Building 409 at the 179th Cyberspace Wing in Mansfield, Ohio. This project, designated for small businesses, includes the installation of a new roof membrane, replacement of lightning protection, and the addition of fall protection, with an estimated budget ranging from $2 million to $5 million and a projected duration of 180 days post-notice to proceed. Interested contractors must register with the System for Award Management (SAM) to access relevant documents and are encouraged to attend a pre-bid conference on November 13, 2024, with bids due by December 12, 2024. For further inquiries, contractors may contact Gordon Strom at gordon.strom.1@us.af.mil.
    Repair of Communication Modem on the E4-B Pacer Link
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the repair of the communication modem on the E-4B Pacer Link. This procurement involves a one-time fixed quantity repair contract for 12 units of National Stock Number (NSN) 5895-01-311-1185BY, with Elbit America, Inc. identified as the only responsible source for this requirement. The repair is critical for maintaining the operational capabilities of communication systems used by the Air Force. Interested parties should note that the solicitation is expected to be issued on October 18, 2024, with quotes due by November 18, 2024. For further inquiries, contact Michael D. Turk at michael.turk.6@us.af.mil or Diana Washington at diana.washington@us.af.mil.
    77361 - FOM Cage with Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Facilitate Other Maintenance (FOM) Cage at Building 149, Robins Air Force Base, Georgia. The contractor will be responsible for providing all necessary tools, materials, labor, and transportation to construct approximately 700 linear feet of 10-foot tall galvanized chainlink fencing, along with the installation of various gates, while adhering to strict safety and compliance regulations. This project is critical for enhancing security and operational efficiency at the military installation, with a contract period running from January 14, 2025, to March 17, 2025. Interested small businesses must submit their quotes by 3:00 PM on October 16, 2024, to the primary contact, Patrick Hulett, at patrick.hulett@us.af.mil.