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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunication services that meet specific operational standards outlined in the attached Statement of Work, including requirements for outages, service quality, and various communication lines. This contract is critical for maintaining effective communication capabilities at the base, ensuring mission readiness and operational efficiency. Interested small businesses must submit their proposals by December 18, 2025, at 10:00 AM PST, and can direct inquiries to Michael Salone at michael.salone@us.af.mil or 509-247-8082.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the development of a Fuel System Component Test Stand, aimed at enhancing testing capabilities for military aircraft components. The procurement requires the design, installation, calibration, and training associated with the test stand, which will be executed under a Firm Fixed Price contract arrangement. This initiative is critical for ensuring the reliability and performance of aircraft fuel systems, thereby supporting operational readiness. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their offers by January 9, 2026, at 10:00 AM CST, and can direct inquiries to Sheridan Robison at sheridan.robison@us.af.mil. The project delivery period is set from January 16, 2026, to January 15, 2028, with additional stipulations regarding document access and compliance with environmental regulations.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.