WSA JA COURTROOM AV UPGRADES
ID: FA441925Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 6:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the WSA JA Courtroom AV Upgrades at Altus Air Force Base, Oklahoma. The project aims to enhance courtroom technology by upgrading audio-visual and networking systems to meet the standards set by the Federal Court System, facilitating better evidence presentation and remote participation. This initiative is crucial for modernizing courtroom operations, improving efficiency, and ensuring secure and user-friendly technology for legal processes. Interested small businesses must submit their proposals by April 11, 2025, and direct any questions to Lauren Coleman at lauren.coleman.4@us.af.mil or Kevin Pillow at kevin.pillow@us.af.mil by March 28, 2025. Please note that funding is currently unavailable, and the government reserves the right to cancel the solicitation at any time.

Files
Title
Posted
Apr 9, 2025, 10:07 PM UTC
The document outlines an RFP (Request for Proposal) for the U.S. Air Force Contracting Agency, FA441925Q0020, detailing various federal clauses and guidelines pertinent to contractors. It specifies requirements related to the compensation of former Department of Defense (DoD) officials, employee whistleblower rights, and antiterrorism training, among other compliance stipulations. Key regulations include the prohibition of certain telecommunications equipment, the necessity for unique item identification and valuation, and electronic submission processes for payment requests. Additionally, it covers policies concerning domestic sourcing, environmental considerations, and encapsulates multiple certifications regarding the offeror's business operations and supply chain integrity. The document's structure is methodical, detailing incorporated clauses and full texts to ensure prospective contractors understand obligations before submission. Overall, it serves to facilitate transparent and compliant contracting practices in alignment with federal standards, emphasizing accountability and risk management.
Apr 9, 2025, 10:07 PM UTC
This document serves as an addendum to the standard price submission instructions outlined in FAR 52.212-1 for federal contracting purposes, specifically for solicitation FA441925Q0020. Offerors must submit their price electronically using Page 3 of the Combo form, detailing unit prices for each Contract Line Item Number (CLIN) with automated calculation of total costs within the submission spreadsheet. Additionally, a separate technical submission is required, which should be clear and provide sufficient detail to effectively demonstrate compliance with the requirements specified in the Statement of Work (SOO) found in Attachment 1. It is important for offerors to ensure their System for Award Management (SAM) registration reflects the relevant North American Industry Classification System (NAICS) code 334310. This formatted request emphasizes the importance of clarity, accountability, and the requirement for originality in submissions to facilitate a thorough evaluation process by the government.
Apr 9, 2025, 10:07 PM UTC
The document outlines the evaluation factors for a federal solicitation (FA441925Q0020) concerning the awarding of a contract based on offers received. The primary criteria for evaluation include Price and Technical Acceptability. The most advantageous quote for the government will be the technically acceptable quote with the lowest evaluated price. For the Price factor, the total evaluated price is based on the total of CLIN 0001, and the contracting officer must determine the price is fair and reasonable. In terms of Technical Acceptability, vendors must fully meet the specifications set out in the solicitation's Technical Requirements section. Offers are rated as either “acceptable,” meaning they meet specifications, or “unacceptable,” indicating they do not. A technically acceptable quote must reflect the essential physical, functional, or performance characteristics specified. This evaluation process ensures that vendors comply with all solicitation requirements, maintaining the integrity of the federal procurement process by emphasizing both price competitiveness and adherence to technical standards.
Apr 9, 2025, 10:07 PM UTC
The 97th Contracting Squadron at Altus Air Force Base, Oklahoma, is preparing to issue a Request for Quote (RFQ) for the procurement of goods or services to support the base. Potential offerors should be aware that currently, no funding is available for this initiative, and the Government retains the right to cancel the solicitation at any time without incurring any reimbursement obligations to offerors. Interested contractors must register in the System for Award Management (SAM) to be eligible for proposal submission, with all necessary information available online. Questions regarding the solicitation should be directed to designated contract personnel via email by a specified deadline. This document emphasizes the requirement for compliance with federal contracting procedures and the importance of timely registration to facilitate participation in the procurement process.
Apr 9, 2025, 10:07 PM UTC
Apr 9, 2025, 10:07 PM UTC
Apr 9, 2025, 10:07 PM UTC
The document outlines the Statement of Objectives for upgrading audio-visual and networking technology in courtroom environments. The primary goal is to enhance efficiency during trials by facilitating better evidence presentation, reducing clutter from cables, and allowing remote participation. Key requirements include the ability to connect to at least 23 devices, integrate technology to minimize paper use, and support real-time casting of images across all screens. The system should enable annotations by authorized individuals, capture snapshots of displayed content, and operate wirelessly to reduce hazards. Additionally, it must support remote testimony and allow jurors to view evidence on personal tablets. Comprehensive service support is required, including equipment installation and training. Compatibility with various file types and devices is essential, ensuring smooth transitions without needing internet connectivity. The document emphasizes a user-friendly interface and streamlined processes, showcasing a commitment to modernizing courtroom operations while enhancing security and functionality.
Mar 17, 2025, 8:04 PM UTC
The document outlines a combined synopsis and solicitation for an audio-visual upgrade project at the courtroom in Altus Air Force Base, Oklahoma, identified by Solicitation Number FA4419-25-Q-0020. This project is a 100% small business set-aside under NAICS code 334310, focusing on audio and video equipment manufacturing. The upgrade aims to align with technological standards of the Federal Court System, specifying a preference for "Wolfvision" products or equivalents meeting defined characteristics. Interested contractors are required to submit questions by March 24, 2025, and proposals by March 31, 2025. The submission must include updated vendor representations and certifications, along with adherence to the listed provisions and terms detailed in the attachments. The procurement emphasizes compliance with federal regulations and the importance of obtaining registration at SAM.gov. All proposals are subject to compatibility with specified equipment standards and must remain valid for up to 30 days post-closure of the solicitation. The emphasis on due diligence highlights the government's intent to ensure quality and compliance in the upgrading of courtroom technology.
Apr 9, 2025, 10:07 PM UTC
The document outlines the specifications and requirements for a government Request for Proposal (RFP) focused on upgrading audio-visual (A/V) systems in a courtroom. Essential components include supplying various interactive displays, large monitors, and tablets, with specifications detailing sizes and functionalities for setups at different benches and jury rooms. Video distribution to tablets is crucial despite potential latency issues. Additionally, the system aims to enhance case management by facilitating the seamless sharing and display of evidence, integrating into existing technologies with user-friendly interfaces. Annotation capabilities for courtroom personnel and deliberation settings are mandated, while ensuring the separate viewing of evidence for jury members during deliberations. The document specifies the need for a robust connection system, with commercial Wi-Fi provided and the contractor responsible for any additional electrical needs. The overall intent is to modernize courtroom technology, improve efficiency, minimize paper use, and support remote video conferencing without reliance on proprietary hardware, indicating a focus on flexible and accessible solutions for legal processes.
Apr 9, 2025, 10:07 PM UTC
The WSA JA Courtroom AV Upgrade solicitation (FA4419-25-Q-0020) is a federal request for proposals targeting small businesses to provide audio/visual and network upgrades at Altus AFB, OK, in accordance with Federal Court System standards. The preferred product is "Wolfvision," but alternatives meeting specified characteristics will also be accepted. Interested vendors must adhere to a strict schedule for questions and submissions, with questions due by March 28, 2025, and proposals required by April 11, 2025. The contract incorporates regulations and clauses necessary for commercial procurement, ensuring businesses comply with all federal acquisition rules. The solicitation explicitly states the deliverables, FOB points, and evaluation criteria for bids through various attached documents. A commitment to safety and operational standards is foregrounded, highlighting the government's focus on maintaining up-to-date courtroom technology. Interested offerors are reminded to keep their federal registration updated, as it is crucial for consideration. Overall, the solicitation emphasizes the federal government's outreach to incorporate small businesses in upgrading critical infrastructure for judicial purposes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Audio Visual Equipment for the Hill Aerospace Museum, Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking proposals from qualified small businesses to provide audio-visual equipment for the Hill Aerospace Museum located at Hill Air Force Base in Utah. The procurement includes the delivery of a Da-Lite portable screen, an Epson projector, and an ultra-short-throw lens, along with onsite training for museum staff and technical support during the warranty period. This equipment is essential for enhancing the museum's presentation capabilities and ensuring a high-quality visitor experience. Proposals are due by April 22, 2025, with questions accepted until April 18, 2025; interested parties should contact Colton Esplin at colton.esplin@us.af.mil or Joseph Laing at joseph.laing@us.af.mil for further information.
30 FSS PCC Sound Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an audio upgrade project at the Pacific Coast Center located at Vandenberg Space Force Base in California. This procurement, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aims to enhance audio-visual capabilities by installing new Crestron equipment and repurposing existing JBL speakers, ensuring compliance with Federal Acquisition Regulations. Interested vendors must submit their quotes by April 18, 2025, at 1:00 PM PST, and are encouraged to attend a site visit on April 9, 2025, at 2:00 PM PST. For inquiries, potential offerors can contact Vince Mills or TSgt Mark Wheeler via email.
IT EQUIPMENT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of IT equipment under a Combined Synopsis/Solicitation notice. The contract will focus on acquiring audio and video equipment, with specific requirements for compliance with technical and security standards, including the need for products to be new and meet Commercial-Off-The-Shelf (COTS) specifications. This procurement is crucial for enhancing operational capabilities at Eglin Air Force Base in Florida, where the equipment will be utilized in multi-purpose settings. Interested vendors must submit their questions by April 21, 2025, and all quotes along with product literature are due by May 29, 2025, with inquiries directed to Brittany Linthicome at brittany.linthicome@us.af.mil.
2025 Altus Air Force Base Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the 2025 Altus Air Force Base Multiple Award Construction Contract (MACC). This opportunity is set aside for 8(a) certified businesses and focuses on commercial and institutional building construction, specifically involving the repair or alteration of miscellaneous buildings. A mandatory site visit is scheduled for April 18, 2025, at 10:00 AM Central Daylight Time (CDT), where potential offerors are strongly encouraged to attend to gain a comprehensive understanding of the project scope. For further inquiries, interested parties can contact Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Jarrod Ford at jarrod.ford@us.af.mil.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes for further information.
766 ESS SVTC Conference Room Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and upgrade of a SIPR Secure Video Teleconferencing (VTC) System at Joint Base Pearl Harbor-Hickam in Hawaii. The primary objective is to modernize the existing VTC capabilities to support secure communications, ensuring compliance with Defense Information Systems Agency (DISA) standards and integrating with current audio-visual equipment. This project is critical for enhancing mission situational awareness and operational efficiency within secure environments. Interested contractors must submit their quotes by April 14, 2025, and are encouraged to direct inquiries to Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil, with the understanding that funding is contingent upon appropriated funds availability.
Amendment 1 - Secure Video Teleconferencing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconferencing (VTC) systems at Spangdahlem Air Base in Germany. The project entails engineering, furnishing, installing, and testing three VTC suites in Building 3030 and two suites in Building 23, aimed at enhancing secure communication capabilities for USAFE, NATO, and EUCOM partners. This initiative is critical for ensuring effective secure communications in military operations, adhering to stringent cybersecurity regulations and standards set by the Department of Defense. Interested contractors must submit their proposals by May 2, 2025, and are encouraged to attend a site visit on April 15, 2025, with prior registration required. For further inquiries, potential bidders can contact Angelo Minisini at angelo.minisini@us.af.mil or Tyler Seng at tyler.seng@us.af.mil.
WS3 Alarm Communications & Displays (AC&D) Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for upgrading the Weapon Storage and Security System (WS3) Alarm Communications & Displays (AC&D) system at Holloman AFB, New Mexico. The primary objective is to migrate all associated Windows 10 components to Windows 11 and enhance the system by integrating additional camera feeds from the Prometheus Security Group Global (PSG) Video Image Control and Display system (VICADS). This upgrade is critical for the sustainment of the WS3 system, which relies heavily on PSG's proprietary technology and data, making it a sole-source procurement under 10 U.S.C. 3204(a)(1). Interested parties must submit their Statements of Capability by April 28, 2025, with a contract value anticipated to be less than $10 million. For inquiries, contact Chad Miller at chad.miller.31@us.af.mil or Alexandria Zelle at alexandria.zelle@us.af.mil.
OHAS Jumbotron and Live Stream Broadcast
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide multimedia services, including a Jumbotron and live stream broadcast, for the 2025 Joint Base McGuire-Dix-Lakehurst Open House and Air Show (OHAS). The procurement aims to effectively communicate incident response procedures and share the Joint Base's story with an expected audience of 125,000 attendees, both in-person and virtually, during the event scheduled from May 15-19, 2025. This opportunity is critical for enhancing public engagement and ensuring high-quality production and broadcast capabilities, which will include internet access, live commentary, and multimedia presentations. Interested contractors must submit their proposals, including technical documentation and past performance evaluations, by April 14, 2025, and can reach out to Shawna Dancel at shawna.dancel@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil for further inquiries.