FY25 - OG Secure VTC
ID: FA462125Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconference (VTC) systems at McConnell Air Force Base in Kansas. The project entails upgrading existing VTC capabilities in Room 212 to support both classified and unclassified communications, as well as installing a secure VTC system in Room 214, in compliance with the Global Video Services (GVS) VTC Security Technical Implementation Guides (STIG). This procurement is crucial for enhancing communication capabilities within the 22d Operations Group, ensuring that both rooms can facilitate secure and effective teleconferencing. Interested contractors must submit their proposals by April 9, 2025, with inquiries directed to A1C Warnage Fonseka at warnage.fonseka@us.af.mil or Mrs. Sugeys Allen at sugeys.allen.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for installing Video Teleconference (VTC) systems at the 22d Operations Group, McConnell AFB, KS, targeting both classified and unclassified communications. The project encompasses upgrading Room 212's existing VTC capabilities and installing secure systems in Room 214, ensuring compliance with security guidelines and minimizing structural modifications due to the building’s historic status. Key deliverables include providing necessary personnel with appropriate security clearances, incorporating specific equipment that aligns with the approved parts list, ensuring dual classification capabilities in Room 212, and installing a desktop VTC system in Room 214. The contractor is responsible for all installation details, including scheduling, compliance with safety regulations, and providing training on system use. Additionally, strict security protocols will be enforced for personnel access, including background checks and identification requirements. All work must be completed within 60 workdays, with both rooms needing to remain operable for no more than three consecutive business days at a time. The comprehensive plan emphasizes collaboration, adherence to federal and local regulations, prompt completion, and maintenance of high safety standards throughout the installation process.
    The McConnell Air Force Base is planning upgrades for Building 1218's conference room to enhance its functionality and technology. The current setup includes a TV, a mounted projector screen, ceiling speakers, and various seating arrangements. The intended layout involves the installation of a new TV, a wall-mounted camera, and a more effective sound system, while considering the removal of existing equipment if not repurposed. This modernization aims to improve audiovisual capabilities by integrating a Crestron surround sound system and refining the seating for optimal accessibility and interaction. The proposal emphasizes a strategic approach to enhance the meeting space's efficiency and technology, aligning with federal standards for facility upgrades. Overall, the renovation reflects an investment in better communication resources within the conference room environment.
    The document presents a comprehensive inventory of approved telecommunications and cybersecurity products from various vendors, primarily intended for use within the U.S. Department of Defense (DoD) agencies. It details specifications, effective and expiration dates, and types of devices such as session border controllers, call management systems, and cybersecurity tools. Notable vendors include AVAYA, Cisco, and CIENA, with product types covering networking equipment, cybersecurity platforms, and voice communication systems. The document underscores the need for adherence to the Department of Defense Information Network (DoDIN) standards, urging users to check for the latest updates via the DoDIN Approved Products List (APL) as changes occur daily. This inventory serves crucial roles in government RFPs and grants, ensuring compliant and efficient procurement of essential technology by federal, state, and local entities. The systematic organization by vendor, model, type, and certification details enhances visibility into product applicability and lifespan, vital for strategic planning in defense telecommunications and cybersecurity initiatives.
    The document outlines a Q&A for the FY25 Request for Proposal (RFP) FA462125Q0005 regarding the installation of Secure Video Teleconferencing (VTC) systems in Rooms 212 and 214. Key requirements include the installation of a desktop secure VTC system in Room 214, which will interface solely with the SIPR network, and dual-capability for both NIPR and SIPR networks in Room 212. The specifications clarify that the equipment in Room 214 will be new, without existing VTC systems to remove. Specifics on required inputs, outputs, and compliance with security and historic building standards are detailed, including the necessity for security classification signs, a self-contained unit design, and the provision of electrical outlets by the contractor. Moreover, the government will provide certain components like TACLANE and contractors must adhere to strict installation timelines, with some negotiable aspects. Personnel security protocols during installation, including check-in procedures, are highlighted. Overall, the document establishes the groundwork for the upcoming proposal process by providing clarification on equipment specifications, installation requirements, and project compliance measures, ensuring a smooth procurement process in line with federal standards.
    The document outlines the Women-Owned Small Business (WOSB) Solicitation/Contract/Order for Commercial Products and Services, specifically for requisition number FA462125Q0005. It details the solicitation process, offering due dates, and contact information for inquiries. The contract includes provisions for supplies and services at specified locations associated with the Air Force, with a focus on unique identification and valuation of items delivered. Several items are listed, including hardware and services required for specific rooms at McConnell Air Force Base, with a 45-calendar-day delivery schedule from the date of award. The document incorporates various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses to ensure compliance during contract execution. Key clauses address payment methods, item identification requirements, and the importance of maintaining records related to the contract. The inclusion of an ombudsman is specified to facilitate resolution of concerns throughout the acquisition process. Overall, this documentation represents a structured approach within federal and military procurement aimed at enhancing participation of women-owned businesses while ensuring proper management of contracts and compliance with applicable laws.
    The document outlines a solicitation for a contract aimed at acquiring commercial products and services from Women-Owned Small Businesses (WOSB), specifically focusing on the FY25 - OG Secure VTC requirement at McConnell Air Force Base, Kansas. It details the submission process for offers, including a due date of March 28, 2025, and specifies that contractors must deliver items within 45 calendar days post-award, with pricing structured as firm fixed price for hardware and services. Key administrative details include the need for unique item identification for items valued at $5,000 or more, adherence to various Federal Acquisition Regulation (FAR) clauses, and guidelines regarding payment processing through Wide Area Workflow (WAWF). The solicitation emphasizes compliance with regulations regarding small business set-asides, environmental standards, and contractor responsibilities to ensure safety and quality control in the execution of the contract. This initiative reflects the government's commitment to fostering small business participation in federal contracting opportunities while ensuring operational efficiency and regulatory adherence.
    Lifecycle
    Title
    Type
    FY25 - OG Secure VTC
    Currently viewing
    Solicitation
    Similar Opportunities
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    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.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    FY23 AFCENT Sentinel Secure Chat Solution
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the FY23 AFCENT Sentinel Secure Chat Solution. This procurement aims to acquire a secure chat solution that falls under the category of IT and telecom business application software, which is critical for enhancing communication security within military operations. The selected contractor will be responsible for providing a perpetual license software solution that meets the stringent requirements of the Air Force. Interested parties can reach out to Christina Crawley at christina.crawley.3@us.af.mil or Michael Adams at michael.adams.106@us.af.mil for further information regarding this opportunity.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    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 renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.