Audio Video System
ID: W911S6-25-Q-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-DUGWAY PROV GRDDUGWAY, UT, 84022-5000, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is soliciting proposals for an upgrade to its conference room multimedia system to enhance training and conferencing capabilities. The project involves replacing outdated audio-visual equipment with modern systems that comply with Army regulations and IT security standards, including the installation of projectors, screens, microphones, and speakers, all of which must interface with existing network systems. This upgrade is crucial for improving communication and presentation capabilities at the facility, facilitating effective teleconferencing and information sharing during meetings. Interested contractors must submit their proposals by October 28, 2024, and can contact Laurel J. Brown at laurel.j.brown7.civ@army.mil or 435-831-2369 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a detailed list of equipment and software required for a government project, primarily focused on audio-visual (AV) systems. It includes various items such as ceiling speakers, amplifiers, microphones, touch screen controllers, displays, projectors, encoders, and network switches. Each item is categorized with its quantity, price, and technical specifications, like Energy Star ratings and compatibility features. Additionally, sections detail installation requirements, documentation, training, and logistical support such as lodging and shipping. The purpose appears to be providing clarity and structure for an RFP or grant application, ensuring that potential suppliers understand the government’s procurement needs for AV equipment. The document outlines specifications tied to interoperability, performance standards, and installation support, emphasizing compliance with IT systems. This summary indicates the government’s intent to upgrade or install comprehensive AV solutions while adhering to regulatory and budgetary constraints, ensuring effective implementation in public or state facilities.
    The U.S. Army Dugway Proving Ground is soliciting proposals under Solicitation No. W911S6-25-Q-0002 for an upgrade of its conference room multimedia system. This solicitation is a total small business set-aside, requiring participants to be registered and active in the System for Award Management (SAM). The upgraded Audio Video system will replace outdated equipment to enhance training and conferencing capabilities in compliance with Army regulations and IT security standards. Prospective contractors must provide written quotes by October 28, 2024, detailing necessary equipment, installation, and training. The award will prioritize proposals based on technical capability and price, with a focus on compliance with provided specifications. Furthermore, contractors must include adequate training materials and manuals alongside the installation. The product service code is N059, and the relevant NAICS code is 238210, with a size standard of $19 million. Given the procurement's critical nature for operational efficiency, successful bidders will need to ensure all systems are compatible with existing network infrastructures, highlighting the project's emphasis on compliance and operational readiness.
    The document outlines the specifications and setup requirements for an audio-visual installation project in a designated room. It includes details on various equipment such as screens, cameras, projectors, and microphones necessary for the space, alongside their specific measurements and installation guidelines. Key features include a ceiling height of 10 feet, with multiple monitor screens, audio controls, and data ports configured for optimal use in the environment. Additionally, it notes that one camera is not yet installed, indicating potential ongoing work. The document serves as a point of reference for project implementation, aligning with government procurement processes for technological enhancements in public settings. This information is essential for contractors and stakeholders involved in meeting federal and local RFP requirements for technical installations.
    The U.S. Army Dugway Proving Ground is issuing a request for proposals (RFP) for upgrading its conference room multimedia system at the West Desert Test Center in Utah. The project requires the installation of several key components: an electronically retractable projector screen with a manual override, a ceiling-mounted optical projector with HDMI connectivity, and five additional flat-screen televisions capable of displaying content independently or in sync with the primary projector. Additionally, the upgrade includes installing ceiling-mounted omnidirectional microphones and speakers, ensuring compatibility with existing network systems. The proposal must cover all installation aspects. This initiative reflects the Army's goal to enhance communication and presentation capabilities at the facility, facilitating more effective teleconferencing and information sharing during meetings.
    Lifecycle
    Title
    Type
    Audio Video System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hangar 7 Sound System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 48th Maintenance Group at RAF Lakenheath, is seeking qualified contractors for a sound system upgrade in Hangar 7. The project aims to enhance audio quality for high-visibility events, requiring the installation of a new system that supports multiple audio inputs and functions as a Public Address (PA) system, ensuring echo-free sound throughout the facility. This upgrade is crucial for improving facility functionality and audience engagement during critical events. Interested offerors are encouraged to attend a site visit on October 24, 2024, at 11:00 BST, with quotes due by November 15, 2024, at 15:00 GMT. For further inquiries, contact Joanne Tansley at joanne.tansley.gb@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil.
    Request for Information (RFI) - DSCC Columbus Studios
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking industry feedback via a Request for Information (RFI) for an upcoming contract to upgrade broadcasting equipment at the DSCC Columbus Studios in Ohio. The project aims to enhance the broadcasting capabilities for DLA Human Resources by installing, configuring, and testing new equipment, as well as providing necessary training and support, all in accordance with DLA procedures. This initiative is crucial for improving distance learning capabilities and ensuring high-quality audio-visual setups for interactive training sessions across the DLA and DoD. Interested contractors are encouraged to attend a mandatory pre-proposal site visit on October 15, 2024, and must notify the contracting specialist, Becky Hard, by email no later than October 11, 2024. The procurement falls under NAICS code 611430, with a standard size limit of $15 million, and the period of performance is expected to be 60-90 days post-contract award.
    Refit Chamber
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the upgrade of a Radio Frequency (RF) Shielded Chamber, which is critical for conducting electromagnetic compatibility (EMC) and electromagnetic interference (EMI) testing. The project aims to replace deteriorating cardboard pyramidal absorbers and install new low-EMI LED lighting to ensure compliance with MIL-STD-461 standards, thereby enhancing the government's testing capabilities. This initiative is vital for maintaining the integrity of military operations and ensuring warfighter safety, with the work expected to be completed within six months at the NSWCDD facility in Dahlgren, Virginia. Proposals are due by October 29, 2024, and interested parties should contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or call 540-742-8882 for further details.
    NMUSAF Public Address System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for the installation of a Public Address System at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The project aims to enhance communication across multiple buildings and outdoor areas, ensuring safety and security for approximately 1.3 million annual visitors, while integrating with existing security systems. This procurement is a 100% Small Business Set-Aside under NAICS code 334310, with a firm fixed-price contract expected to be awarded based on the lowest price technically acceptable. Interested contractors must submit their quotes electronically by November 7, 2024, at 12:00 PM EST, and are encouraged to direct any inquiries to the designated contacts, Jenna Sizemore and Shannon Scott, via their provided email addresses.
    Projection System Alignment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a potential requirement involving the alignment, warping, and blending of five Barco F80 projectors located in the Main Conference Room at Maxwell AFB, Alabama. The project aims to restore display integrity using Scalable technology, ensuring a seamless visual experience across a curved projection screen. This specialized service is critical for the operational effectiveness of the LeMay Center Wargaming, which relies on high-quality visual displays for its activities. Interested contractors must provide capability statements confirming Barco certification and access to necessary source codes, with questions accepted until October 22, 2024. For further inquiries, contact Tyrel Tinsley at tyrel.tinsley@us.af.mil or call 334-953-3869.
    450Kv X-Ray System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement and installation of a new 450Kv X-Ray System at the Anniston Army Depot in Alabama. This project includes the removal of the existing X-Ray system, installation of the new equipment, and training for personnel on its operation, all while ensuring compliance with OSHA and EPA regulations. The X-Ray system is critical for modernizing military equipment and ensuring safety and functionality within military facilities. Proposals are due by November 25, 2024, and interested parties should contact Sara B. Young at sara.b.young.civ@army.mil or 571-588-0975 for further details.
    58--A/V Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    DISA-PAC VIDEO WALL
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking proposals for the procurement, installation, and testing of two new LED video walls and associated audio/video equipment at Joint Base Pearl Harbor-Hickam, Hawaii. The project involves removing existing systems, installing new equipment with specific technical requirements, and ensuring operational efficiency, including a 12-month warranty and on-site support post-installation. This initiative is crucial for enhancing digital display capabilities within the agency, supporting both unclassified and Secret classification levels. Interested small businesses must submit complete proposals by 10:00 AM HST on October 25, 2024, and can direct inquiries to Maile T. Kamikawa at maile.t.kamikawa.civ@mail.mil or Jennifer L. Seese at jennifer.l.seese.civ@mail.mil.
    58--MISSION AUDIO PANEL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Mission Audio Panel, a critical component in airborne intercommunication and public address systems. Contractors are required to provide a firm-fixed price or time-and-materials pricing along with estimated repair costs, ensuring compliance with specified military standards and documentation. This procurement is vital for maintaining operational readiness and reliability of military communication systems. Interested contractors should direct inquiries to Dylan E. Payne at 215-697-2579 or via email at dylan.e.payne.civ@us.navy.mil, with proposals expected to adhere to the outlined requirements and timelines.
    AMPLIFIER-POWER SUP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Amplifier-Power Supply through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 200 days, and emphasizes the need for compliance with specific quality assurance standards and government inspections. This equipment is critical for military operations, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors should submit their quotes by October 29, 2024, and can direct inquiries to Adrienne L. Rubinic at 717-605-1394 or via email at ADRIENNE.L.RUBINIC.CIV@US.NAVY.MIL.