ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

DISA-PAC VIDEO WALL

DEPT OF DEFENSE HC101925R0007
Response Deadline
May 13, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Defense Information Systems Agency’s DITCO-PAC office is seeking a total small business set-aside contract for a DISA-PAC video wall tech refresh at Joint Base Pearl Harbor-Hickam, Hawaii. The work covers procuring, installing, programming, and testing two new video walls, two video processors, and related commercial IT products, including disassembly and disposal of the existing display walls. The requirement includes brand-name or equivalent audiovisual components, Extron compatibility with the existing matrix switch, supply chain risk management and Section 508 accessibility requirements, and a 12-month installation warranty, with all contractor personnel requiring interim or final SECRET clearance. Proposals are due by May 13, 2026 at 10:00 a.m. HST, and questions were due earlier under the amendments and Q&A updates.

Classification Codes

NAICS Code
334220
Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
PSC Code
7E20
IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW)

Solicitation Documents

15 Files
HC101925R0007 Brand Name Justification.pdf
PDF351 KBMay 8, 2026
AI Summary
The Defense Information Systems Agency Pacific (DISA PAC) is seeking a sole-source procurement for a "DNC PAC Video Wall Tech Refresh" due to specific brand-name compatibility requirements. This justification for other than full and open competition (OTFAOC) outlines the need for two Extron brand-name IT products: Four Output Boards and XTP Fiber Optic Transmitters. These items are essential because they must be fully compatible and interoperable with the existing Extron matrix switch at the Defense Network Center-Pacific (DNC PAC). Replacing the functional Extron matrix switch would be cost-prohibitive and unnecessary. Failure to procure the specific Extron components would render the new video wall display system useless, posing a high risk to the Department of Defense's ability to oversee and manage the network across the Indo-Pacific theater. The procurement will be a 100% small business set-aside with limited sources for the two specific IT products, and the government anticipates multiple offers, with reasonableness of cost determined by price comparison.
HC101925R0007 QASP.pdf
PDF747 KBMay 8, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the DNC PAC Video Wall Tech Refresh contract outlines the systematic method for evaluating contractor performance. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while the government ensures objective evaluation. Key roles include the Contracting Officer (KO) and the Mission Partner Point of Contact (MP POC), who oversees technical performance. Surveillance methods include 100% inspection for Task 1 completion and routine/periodic inspections for subtasks, supplemented by customer input. Performance standards for Task 1 (video wall tech refresh) require 80% performance without re-work and 100% functionality upon completion, while Task 2 (installation warranty) mandates 95% compliance for 8x5 telephone and on-site support. Performance is documented through Performance Assessment Reports (PARs) for acceptable performance and Corrective Action Reports (CARs) for unacceptable performance, which may lead to payment withholding. Performance ratings range from Exceptional to Unsatisfactory, aligning with CPARS definitions. The QASP is a living document, subject to revisions to remain valid and enforceable.
HC101925R0007 Price Quote Worksheet.xlsx
Excel20 KBMay 8, 2026
AI Summary
This document outlines a Price Quote Worksheet for a government solicitation, detailing requirements for various CLINs (Contract Line Item Numbers) including material and equipment, incidental installation, travel/shipping, and installation warranty. A key focus is on CLIN 0001, which requires a detailed breakdown of specific video wall components and related accessories, specifying quantities, unit prices, and proposed manufacturers/part numbers. Offerors must provide a total firm-fixed price with a comprehensive breakdown of labor and other direct costs (ODCs) for CLINs 0002-0004. ODCs need specific details like quantity, part number, and manufacturer. The document also provides detailed technical specifications for brand-name or equivalent items, such as a Daktronics Indoor Video Wall and Extron equipment, including pixel configuration, dimensions, power consumption, and supported resolutions. Furthermore, it emphasizes the need for detailed information on resources for accomplishing tasks, including labor categories, hours, and rates, as well as specific travel details. The overall purpose is to solicit detailed, compliant price proposals for a video wall system and associated services.
PWS Attachment-Product List_5.8.26.xlsx
Excel23 KBMay 8, 2026
AI Summary
This government file details a procurement request for audiovisual equipment, specifically for an indoor video wall and associated components. The request includes items such as a Daktronics Indoor Video Wall (NPN-6600-0.9MN), Extron Quantum Ultra 610 (20x4 HDMI) processors, Extron Four Output Boards, XTP Fiber Optic Transmitters, and various lengths of Extron 4K Premium High Speed HDMI Ultra-Flexible Cables. The document outlines salient characteristics for equivalent products, particularly for the video wall, specifying technical requirements like pixel configuration, panel dimensions, power consumption, display weight, processing capabilities, color capacity, dimming levels, color temperature, LED refresh rate, LED lifetime, brightness, viewing angles, contrast ratio, service access, cabinet construction, working temperature, and data transmission methods. It also specifies requirements for remote power and video/data modules, spare parts percentages, Chroma sampling, color bit depth, signal types, supported HDMI inputs, input and output resolution ranges, output vertical frequencies, control options (RS-232, Ethernet, USB), and redundant hot-swappable power supplies. The purpose is to solicit bids for these items, allowing for
HC101925R0007 Price Quote Worksheet_5.8.26.xlsx
Excel23 KBMay 8, 2026
AI Summary
This document outlines a Price Quote Worksheet for a government solicitation, detailing firm-fixed price requirements across four Contract Line Item Numbers (CLINs): Material and Equipment, Incidental Installation, Travel/Shipping/Other, and Installation Warranty. It specifies a mandatory breakdown for CLIN 0001, listing seven items including an Indoor Video Wall, Quantum Ultra, Four Output Board, and various HDMI cables, with specific brand names (Daktronics, Extron) or equivalent products. Offerors must provide detailed breakdowns for CLINs 0002-0004, including labor categories, fully loaded hourly rates, and other direct costs (ODCs) with specific details like quantity, part number, and manufacturer. Travel costs require detailed information such as locations, number of personnel, and days, adhering to FAR Part 31.205-46. The document also includes detailed salient characteristics for equivalent products, emphasizing technical specifications for the video wall and related equipment.
HC101925R0007-0003.pdf
PDF817 KBMay 8, 2026
AI Summary
This document is Amendment 0003 to Solicitation HC101925R0007, dated May 8, 2026, issued by DISA/DITCO-PACIFIC. The amendment provides an updated Product List and Price Quote Worksheet, modifies PWS Paragraphs 6.1.1 and 6.2, removes FAR 52.222-18, and adds FAR 52.246-2 (Inspection Of Supplies--Fixed Price). The proposal due date remains unchanged. The amendment details the scope of work for tech refreshing video walls at the Defense Network Center Pacific (DNC PAC), including disassembly, disposal, installation of new video walls and processors, programming assistance, and testing. It also outlines a 12-month installation warranty with specific support and spare parts requirements. Security requirements mandate all contractor personnel to have interim or final SECRET clearance due to workspace access. The document also details comprehensive Section 508 Accessibility Standards for ICT, and Supply Chain Risk Management (SCRM) requirements, including a deliverable SCRM Plan, to ensure the integrity of the supply chain. The installation completion date is 12 months from the contract award date.
RFQ HC101925R0007 Q-A 55-61 5.8.26.pdf
PDF205 KBMay 8, 2026
AI Summary
This document addresses key questions and answers related to RFQ HC101925R0007 for the DISA-PAC VIDEO WALL. It clarifies that up to 18 sources will feed the video wall and existing mounts will not be reused. The solicitation no longer includes FAR 52.222-18 regarding child labor. A significant point is the strong advisement against proposing PRC-manufactured IT products due to unacceptable risk, with specific mention of DFARS 252.239-7017 and supply chain risk mitigation requirements. Offerors are responsible for including all applicable Federal, State, and local taxes, including Hawaii General Excise Tax (GET), in their firm-fixed price proposals, as the federal government does not provide exemptions. Finally, disposal of existing display walls must be handled via the local DRMO (Defense Logistics Agency Disposition Services), and the new video walls require at least 8 presets/layouts.
RFQ HC101925R0007 Q-A 47-54_5.5.26.pdf
PDF269 KBMay 8, 2026
AI Summary
This document presents a series of questions and answers (Q+A) related to Solicitation # HC101925R0007, an RFP for the DISA-PAC VIDEO WALL project. Key points addressed include the confirmation that the requirement is set-aside for small businesses, with no extension of the May 13, 2026, 10:00 am HST due date. Technical details clarify that conduit/raceways are not necessary for low-voltage cables, which can be run under a false floor or through existing conduits. The mounting surface for displays is wood, and the approximate radii of the curved walls are R=60 feet for the East wall and R=59 feet for the West wall. The Extron source code for the video wall processor will be accessible for modification, and all products must be TAA compliant. An updated Extron part number (60-1990-000518) is provided for the video wall processor, replacing the retired part number, and the solicitation's product list will be updated accordingly.
HC101925R0007-0002.pdf
PDF366 KBMay 8, 2026
AI Summary
This amendment (HC101925R0007-0002) updates a solicitation, changing the NAICS code from 334310 to 334220 for CLINs 0001, 0002, and 0003. It establishes a question submission cut-off date of May 6, 2026, at 10:00 a.m. HST. Additionally, the amendment corrects the FAR reference for the Non-Manufacturer Rule (NMR) Class Waiver Notification/List, noting that the requirement under NAICS 334220 is covered by a class waiver. Offerors must acknowledge this amendment to ensure their offer is not rejected.
RFQ HC101925R0007 Q-A 17-46_elevation_5.01.26.pdf
PDF237 KBMay 8, 2026
AI Summary
This document addresses questions and answers for RFQ HC101925R0007, concerning the DISA-PAC Video Wall project. Key points clarified include: no specific licenses are required by the Government, but manufacturer guidelines for installation and certifications must be followed; it is not a prevailing wage project; payment will be electronic via WAWF, generally Net30; no ceiling budget is provided, with contract award based on a lowest price technically acceptable (LPTA) evaluation. The document also states no liquidated damages, taxes should be included in bids if applicable, and there are no specific insurance or bond requirements. Recurring maintenance is not required, and remote access to the AV system is neither required nor permitted. The contractor is responsible for disassembly/disposal and any post-demolition finish work. Remote power modules are mandated, and all AV system components are not required to be TAA compliant, though DFARS 252.239-7017 and supply chain risk management apply. Finally, the mounting surfaces for both East and West video walls are confirmed as flat and continuous, mounted directly to concave walls as depicted in drawings, and no photos can be provided.
HC101925R0007-0001.pdf
PDF358 KBMay 8, 2026
AI Summary
Amendment 0001 to Solicitation HC101925R0007 extends the due date for offers from May 6, 2026, at 10:00 AM to May 13, 2026, at 10:00 AM HST. This amendment, dated April 29, 2026, was issued by DISA/DITCO-PACIFIC. Offerors must acknowledge receipt of this amendment to ensure their offer is considered. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This modification is crucial for potential contractors to note the revised submission deadline for their proposals.
RFQ HC101925R0007 Q-A 9-16_4.29.26.pdf
PDF137 KBMay 8, 2026
AI Summary
The document is a Q&A for RFQ HC101925R0007 regarding the DISA-PAC VIDEO WALL project, which involves replacing existing LCD panel walls with new LED video walls. Key points address technical requirements and logistical details. Contractor-provided remote power modules are required from the equipment room to the wall. Existing equipment cabinets are in a comm room behind each wall, and no As-Built drawings are available for the current system. The existing matrix switches have capacity for additional output boards, with five replacing existing fiber output boards and one spare. Fiber Optic Transmitters will extend HDMI from the Quantum outputs in the main equipment room (Room 228) to the video wall processor (Room 237), with two transmitters connected to Quantum outputs and two spares. The Quantum and transmitters will be installed in the same equipment room. Finally, a 7-day extension was granted, moving the due date to May 13, 2026.
RFQ HC101925R0007 Q-A 1-8 _wall_4.24.26.pdf
PDF327 KBMay 8, 2026
AI Summary
The RFQ HC101925R0007 pertains to a new requirement for a DISA-PAC VIDEO WALL, as confirmed in the provided Questions and Answers (Q+A). This contract is a new endeavor with no incumbent, and no site visits are scheduled. Key details include the availability of an attached drawing, “AV Wall Drawing,” for existing mounting surfaces and structural support. Cable pathways will utilize a false floor for runs. The current control system is AMX and will be replaced by an Extron system in a separate project, with the Extron equipment to be installed in the “Storage” room as indicated on Sheet 35 (A-110) of the drawing.
HC101925R0007 PWS Attachment-Product List.xlsx
Excel21 KBMay 8, 2026
AI Summary
This government file details a procurement request for audiovisual equipment, including an indoor video wall, a Quantum Ultra 610 video processor, four-output HDMI boards, fiber optic transmitters, and various lengths of 4K HDMI cables. The request specifies both brand-name (BN) and equal options for most items. For the indoor video wall (Daktronics NPN-6600-0.9MN), salient characteristics for equivalent products are provided, outlining detailed technical specifications such as pixel configuration, panel dimensions, power consumption, display weight, processing capabilities, color capacity, dimming levels, color temperature, LED refresh rate, lifetime, brightness, viewing angles, contrast ratio, service access, cabinet construction, working temperature range, and data transmission requirements. The Quantum Ultra 610 (Extron 60-1571-000025) also has specified salient characteristics, including support for various signal types, input/output resolutions, vertical frequencies, control options, power supply redundancy, and maximum 4K resolution and refresh rates. The document also includes placeholders for warranty, software licenses, tracking information, and other logistical and contractual details, indicating a comprehensive procurement process for advanced display and video processing technology.
HC101925R0007 FINAL.pdf
PDF1260 KBMay 8, 2026
AI Summary
This solicitation, HC101925R0007, issued by DISA/DITCO-PAC, is a Request for Proposal (RFP) for a Video Wall Tech Refresh at Ford Island, Building 77, Room 228/229, 477 Essex Street, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The project includes material and equipment, incidental installation, travel/shipping, and an installation warranty. The solicitation is a total small business set-aside with a NAICS code of 334310 and a size standard of 750. The offer due date is May 6, 2026, at 10:00 AM. Key clauses address topics such as Gratuities, Restrictions on Subcontractor Sales, System for Award Management, Child Labor, Unique Item Identification and Valuation, Wide Area WorkFlow payment instructions, Organizational and Consultant Conflicts of Interest, Cloud Computing, and Supply Chain Risk. The Government intends to award a contract without discussions, with offers held firm for 60 calendar days. The contracting officer is Jennifer Seese and the contract specialist is Valerie N. Pettit.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 1, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 13, 2026
expiryArchive DateMay 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
DITCO-PAC

Point of Contact

Name
Valerie Pettit

Place of Performance

JBPHH, Hawaii, UNITED STATES

Official Sources