TV Subscription at Brooks Army Medical Center and Outlying Clinics - Joint Base San Antonio
ID: FA301625Q6030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking proposals for television subscription services at Brooks Army Medical Center (BAMC) and five associated clinics located at Joint Base San Antonio, Texas. The procurement involves providing an Internet Protocol Television (IPTV) streaming platform to replace the existing system, ensuring high-definition programming for 1,000 televisions, along with installation, maintenance, and support services over a Base Year and four optional years. This initiative is crucial for enhancing patient access to entertainment and information within military healthcare facilities, thereby improving the overall patient experience. Interested small businesses must submit their quotations by February 28, 2025, and can direct inquiries to Benjamin Windham at benjamin.windham.1@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil for further details.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the provision of an Internet Protocol Television (IPTV) streaming platform for the Brooke Army Medical Center (BAMC). The contractor is tasked with replacing the existing LG Code Plus system to deliver high-definition TV programming to 1,000 televisions across BAMC and five outlying clinics. The project includes providing equipment, installation, and a subscription to channels listed in a Technical Exhibit. The contract has a Base Year (April 2025 - April 2026) with four option years and is governed by compliance with various standards, including FCC regulations and safety codes. Key objectives involve maintaining a 99.9% uptime for TV channels, facilitating a seamless cutover to the new service, and ensuring contractor personnel meet security requirements at government facilities. The document emphasizes the contractor's responsibilities for installation, programming, and technical support, ensuring services comply with government regulations and security protocols. A detailed plan for project execution includes provisions for maintenance, response to technical issues, and guidelines for contractor conduct within government premises. This SOW serves as a framework to enhance BAMC's television services, showcasing a significant commitment to improving healthcare facilities through advanced technology.
    The Statement of Work (SOW) for the Internet Protocol Television (IPTV) Video Streaming Platform outlines the requirements for the Brooke Army Medical Center (BAMC) to replace its existing LG Code Plus television system. The contractor must provide updated equipment, installation services, and TV programming for 1000 televisions in BAMC and five outlying clinics. The project emphasizes compliance with various electrical and safety standards. The contractor will install the Vantiva Com3000 system to deliver 138 channels of high-definition programming while utilizing the existing coaxial infrastructure. The period of performance is set for one base year (2025-2026), with four optional follow-on years. The contractor is required to address security protocols and provide maintenance and support throughout the contract, ensuring a high level of service availability. Programming specifications and requirements for all installations are detailed, including a robust support mechanism for issue resolution. The SOW is designed to ensure a seamless transition to modern TV services while meeting all governmental protocols, signaling a commitment to enhance patient and staff experience at BAMC.
    The document outlines a Request for Proposal (RFP) for television subscription services for 1,000 televisions at Brooks Army Medical Center (BAMC) and five associated clinics. The RFP includes a total of four contract line item numbers (CLINs) for both a Base Year (April 2025 - April 2026) and four optional years (up to April 2030), covering subscription services, maintenance and support, TV programming equipment, and installation. Each CLIN specifies quantities in monthly terms and indicates that delivery will be on a Free on Board (FOB) Destination basis, implying that the government bears the shipping costs until the goods are delivered to the designated location. The required services are aligned with the accompanying Statement of Work (SOW). The document highlights its projected timeline for performance, establishing a clear framework for potential contractors on the scope of work expected over the duration of the contract. Overall, this RFP serves as a foundational step for the government to secure necessary media services for military healthcare facilities, ensuring patient access to television programming.
    The document outlines a collection of clauses incorporated by reference in federal procurement actions, specifically addressing various regulations and requirements for contracting with the Department of Defense (DoD) and other entities. Key clauses include provisions related to the compensation of former DoD officials, whistleblower rights, acquisition restrictions on specific telecommunications and supply chain security measures, and requirements for small businesses, including those owned by veterans and women. Furthermore, it highlights the importance of utilizing an electronic submission system for payment requests and details the evaluation criteria for commercial products and services proposals. Other critical aspects cover the definition of unique item identifiers for traceability of delivered items, representation and certification obligations for offerors, and compliance with federal policies regarding child labor, taxes, and business operations in restricted environments. The file serves as a guideline for contractors to comply with federal regulations concerning procurement and to promote transparent, fair contracting practices.
    The document outlines a Request for Quotation (RFQ) for an Internet Protocol Television (IPTV) video streaming platform for Brooks Army Medical Center (BAMC) and its associated clinics. This RFQ (FA301625Q6030) is set as a 100% Small Business set-aside under NAICS 517111, and it includes guidelines based on the Federal Acquisition Regulation (FAR). The proposal period spans a base year from April 5, 2025, to April 4, 2026, with four optional subsequent years. Vendors are expected to provide a detailed quotation response complying with the provided Statement of Work and Schedule of Supplies. Key evaluation factors for bids include technical acceptability and pricing, with an emphasis on providing high-quality programming and equipment installation plans. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, where only technically acceptable bids will be considered for the lowest evaluated price. The submission deadline is February 26, 2025, with a site visit scheduled before this date. The RFQ also notes that government funding is contingent on the availability of appropriated funds, reinforcing that no legal obligation for payment exists until such funds are confirmed. The document emphasizes the government's right to cancel the RFQ at any time and outlines the required specifications for quotes to be eligible for consideration.
    The federal solicitation amendment outlines procedures for acknowledging receipt of the amendment, which includes submission methods and deadlines for offers. The key purpose of this amendment is to update the Statement of Work and address industry questions related to an Internet Protocol Television (IPTV) video streaming platform for the Brooke Army Medical Center (BAMC) and its facilities. The submission deadline for quotations has been extended from February 26, 2025, to February 28, 2025. Key industry-generated questions clarified include the correction of the channel acronym ‘MSN’ to ‘HSN’, the allowance of over-the-air antennas for local channels, and responsibilities for channel scans, which will be managed by BAMC staff. Contractors are required to provide their own network connection for updates and monitoring, while channel mapping must also be included in their proposals. This document is a critical component of the procurement process, ensuring that vendors are informed about the changes to the request for quotation and providing them with necessary clarifications to foster competitiveness and compliance within their bids.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DG11--Patient Satellite Television Service and System Maintenance for Cincinnati VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of High-Definition (HD) Satellite Television Service and System Maintenance for the Cincinnati Veterans Affairs Medical Center (VAMC) and Fort Thomas Domiciliary. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to ensure uninterrupted satellite services, perform necessary equipment upgrades, and maintain the systems to enhance patient entertainment and experience. This procurement is crucial for improving the quality of media services in healthcare settings, reflecting the VA's commitment to providing quality care to veterans. Interested offerors must submit their proposals by February 24, 2025, at 11:00 EST, and direct any inquiries to Contract Specialist Bradley Burhite at Bradley.Burhite@va.gov, with a total estimated contract value of $44 million over a five-year period.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals from small businesses for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed-Price contract that includes tiered internet services with minimum speed requirements and CATV services offering multiple programming options, essential for supporting military operations and maintaining quality of life on the base. Interested vendors must submit their proposals by March 3, 2025, with all submissions adhering to specific formatting and evaluation criteria outlined in the solicitation documents. For further inquiries, potential offerors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.
    Cable TV and Internet Services (Guam)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for Cable TV and Internet Services for the Joint Region Marianas, specifically at Naval Base Guam and Andersen Air Force Base. The contract encompasses the provision of essential services, including basic cable and various Internet bandwidth options, with performance expected from May 1, 2025, to April 30, 2026, and includes two potential option years. This procurement is critical for enhancing communication infrastructure, ensuring that government personnel have reliable access to necessary services for operational efficiency. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their proposals, including technical descriptions and pricing, by the specified deadlines, with inquiries directed to Cynthia Cruz at cynthia.r.cruz2.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.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.
    Wired Cable Television and Internet Services
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is seeking proposals for wired cable television and internet services. The procurement aims to provide high-quality on-site wired telecommunications, including a minimum internet speed of 100 Mbps download and 10 Mbps upload, along with comprehensive cable television services to support operational requirements for the Pacific Fleet. This opportunity is critical for maintaining technological readiness and operational efficiency at military facilities, ensuring reliable communication and information access. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Sarah Chang at sarah.k.chang2.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.
    NATO Request for Information: Internet Protocol Television (IPTV) Overhaul
    Buyer not available
    The Department of Commerce, specifically the Bureau of Industry and Security, is issuing a Request for Information (RFI) for the "IPTV Overhaul" project aimed at modernizing the outdated Internet Protocol Television (IPTV) system at SHAPE in Belgium. This initiative seeks innovative solutions that comply with NATO standards, including capabilities for digital signage, and must operate on a NATO RESTRICTED local area network. The project encompasses a comprehensive ten-year contract for replacing the existing system and maintaining the new solution, emphasizing scalability, integration with current infrastructure, and adherence to stringent security measures. Interested parties must submit their responses, including potential IPTV solutions, security strategies, and cost estimates for two procurement models, by the specified deadlines, with eligibility confirmation required through a Non-Disclosure Undertaking (NDU).
    4K Security Camera System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a 4K Security Camera System to be installed at Beale Air Force Base in California. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at enhancing security measures and operational efficiency by providing advanced surveillance capabilities for tool accountability and personnel identification. The system will include eight indoor cameras with high-resolution recording and extensive storage capabilities, addressing current inadequacies in the existing visual monitoring setup. Interested vendors must submit their quotes by noon PST on March 18, 2025, and can direct inquiries to David Wadkins at david.wadkins@us.af.mil or SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Continuity of Operations Plan AFN TV Infrastructure
    Buyer not available
    The Department of Defense, through the Defense Media Activity (DMA), is seeking industry insights for the development of a Continuity of Operations Plan (COOP) to support the American Forces Network (AFN) television broadcast mission. The objective is to establish a geographically agnostic infrastructure that enhances remote operation capabilities during emergencies or daily operations, requiring a turnkey solution that can manage multiple television broadcast sources, video switching, content playout, and ensure cybersecurity compliance. This initiative is crucial for maintaining robust contingency operations for AFN broadcasting, with interested vendors invited to a virtual Industry Day to discuss requirements and share proven solutions. Responses detailing vendor capabilities and budgetary estimates are due by March 5, 2025, and should be directed to Anthony LeAnder or Stephen Dimitriou via their respective emails.
    FY25 JBSA Great Texas Freedom Festival Stage, Audio Visual and Technical Support
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for stage, audio visual, and technical support services for the FY25 JBSA Great Texas Freedom Festival, scheduled for April 12, 2025, at Ft. Sam Houston, Texas. The procurement is specifically set aside for small businesses and requires compliance with federal procurement regulations, including registration in the System for Award Management (SAM) and submission of a Lowest Price Technically Acceptable (LPTA) bid. This event is significant for enhancing morale and community engagement at the Air Force installation, necessitating professional management and equipment for a successful execution. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Joy Grubb at joy.grubb.1@us.af.mil or Lorenzo Martinez at lorenzo.martinez.8@us.af.mil before February 20, 2025.