Delta Breeze (DBCC) AV System
ID: FA442725Q1114Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, 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 Delta Breeze (DBCC) AV System at Travis Air Force Base in California. The project involves the design and installation of a modern audio-visual system in the Delta Breeze Community Center ballroom, which includes replacing existing components with new equipment such as wireless microphones, projectors, and control systems, while integrating with existing loudspeakers and amplifiers. This upgrade is crucial for enhancing the facility's multimedia capabilities, supporting various events and functions within the 6,500 sqft ballroom. Interested small businesses must submit their quotes by August 20, 2025, at 12:00 PM PST, and are encouraged to attend a pre-proposal site visit on August 11, 2025. For further inquiries, potential offerors can contact SrA Socrates Rosimo or DHELL VIDA via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The 60th Contracting Squadron at Travis Air Force Base is issuing a Request for Quotation (RFQ) FA442725Q1114, for a Firm Fixed Price contract to procure a Delta Breeze (DBCC) AV System. This solicitation, set aside for 100% Small Businesses, seeks a contractor to replace and integrate modern audio-visual components, including wireless microphones, projectors, screens, and control systems, while utilizing existing loudspeakers and primary audio amplifiers. Quotes are due by August 20, 2025, 12:00 PM PST. Evaluation will prioritize technical capability and price, with a focus on proposals offering the best value. Offerors must be registered in SAM and comply with various FAR and DFARS clauses, particularly those concerning the prohibition of certain telecommunications and video surveillance equipment.
    The 60th Contracting Squadron at Travis Air Force Base is soliciting offers for a Firm Fixed Price contract for a Delta Breeze (DBCC) AV System to replace old audio components in a ballroom setting. The Request for Quotation (RFQ) FA442725Q1114 was posted on July 31, 2025, with a response deadline set for August 11, 2025. This solicitation is 100% set aside for small businesses as per NAICS Code 334310, which pertains to audio and video equipment manufacturing. Proposals must comply with various Federal Acquisition Regulations, including the requirement for all equipment to be new and not refurbished. Offerors need to submit documentation demonstrating their technical capability and financial resources, along with a statement of agreement with the solicitation terms. The award will be based on technical capability and price, with an emphasis on proposals that meet or exceed the government's requirements. Offerors must be registered in the System for Award Management (SAM) and are advised that the government reserves the right to cancel the solicitation without obligation to reimburse expenses. All submissions must adhere to stringent cybersecurity regulations regarding telecommunications equipment and services. The attached Statement of Work outlines further specifics on the requirements and compliance.
    The Delta Breeze Community Center's A/V Project Q&A document outlines requirements for upgrading the ballroom's audiovisual system. Key aspects include replacing two 116"x90" screens, installing new projectors with a 16-16.5 ft throw distance, and confirming the use of existing mounts and poles if suitable. The project requires extensive wall plate installations for HDMI inputs/outputs (one input per section, outputs in sections 2 and 3), XLR inputs (two per section, outputs in sections 2 and 3), and 3.5mm audio inputs. The system must support synchronized and independent video signals from permanent displays, portable projectors, DirecTV, and a Blu-Ray player, with a monitor needed in the A/V Equipment Room. The ballroom can be divided into up to six rooms, requiring independent A/V capability for each. The contractor is responsible for drywall repairs. The project also specifies the need for modern analog equipment, adherence to TAA regulations, and the provision of floor plans and additional photos. Electrical disconnect/reconnect will be handled by a licensed electrician from 60th CES, with the vendor responsible for additional electrical needs. Network-based A/V systems are acceptable if latency is managed. The facility requires four distinct microphone inputs, with flexibility on the number of receivers and mixers.
    The U.S. Air Force 60 AMW, 60 FSS/FSWC at Travis AFB, CA, is seeking a contractor for a design-build project to remove and replace the in-house audio/visual (A/V) system in the Delta Breeze Event Center ballroom. The project involves upgrading the A/V system with modern components, including room audio and video combining systems, wireless microphones, 4K laser projectors, Da-Lite screens, equipment racks, and control points with touchscreen interfaces. The new system must integrate with existing loudspeakers and primary amplifiers. The contractor is responsible for all management, tools, supplies, equipment, transportation, and qualified personnel. The work must be completed within sixty calendar days, including material procurement, work completion, and cleanup. The Statement of Work outlines detailed requirements, site conditions, general notes, and specific components for replacement, emphasizing ease of use, universal accessibility, and high-quality A/V experience. The contractor must adhere to all regulations, obtain necessary permits, and clean up the site daily, disposing of debris off-base. Training for the new system and comprehensive documentation are also required upon project completion.
    The U.S. Air Force is seeking a contractor for a design-build project at Travis AFB to replace the in-house audio/visual (A/V) system in the Delta Breeze Event Center ballroom. The scope of work includes removing the old system components and installing a modern A/V setup that integrates seamlessly with existing loudspeakers and amplifiers. Key tasks involve upgrading audio and video combining systems, installing professional quality 4K laser projectors, touchscreen control stations, and a new wireless microphone system while ensuring that the work complies with relevant regulations. Contractors must manage all logistics, including material procurement, while adhering to specified working hours and utility interruption protocols. Additionally, the contractor is obligated to restore the work area to its original condition post-project and provide comprehensive operational documentation and training to ensure ease of use for staff. This project aligns with federal efforts to modernize infrastructure and enhance functionality within government facilities, reflecting a broader commitment to maintain high standards in technology and user experience in public venues.
    The document outlines the Federal Acquisition Regulation (FAR) policy on contractor responsibility verification, emphasizing that government purchases and contracts must only be awarded to responsible prospective contractors. It details the affirmative determination of responsibility required by contracting officers, particularly for small business concerns. The policy stresses that awarding contracts based solely on the lowest price can lead to poor performance and additional costs. To be deemed responsible, a contractor must meet specific general standards outlined in FAR 9.104-1. These standards include having adequate financial resources, the ability to meet delivery schedules, a satisfactory performance record, a record of integrity and business ethics, necessary organizational and technical skills, and appropriate production capabilities. The document also provides a checklist for contractors to confirm their adherence to these responsibility factors, requiring supporting documentation or certifications for each criterion.
    The Travis Air Force Base Security Requirements document outlines stringent protocols for contractor access, emphasizing identity proofing, vetting, and adherence to security standards. Contractors must undergo NCIC and CLETS checks, unless they possess a verifiable government security clearance. The document specifies acceptable forms of identification, including US passports and permanent resident cards, and details how REAL ID Act compliance affects state-issued driver's licenses for base access. It lists disqualifying criteria for access, such as criminal convictions (terrorism, felonies, violent misdemeanors) and suspicious affiliations. Primary contractors are responsible for ensuring their personnel meet all requirements, obtaining base passes, and reporting any changes in employee status or lost passes. The document also covers requirements for increased Force Protection Conditions, Restricted Area Badges, escort procedures, information protection training, controlled unclassified information handling, Visitor Group Security Agreements, Antiterrorism Force Protection Training, and Operations Security. Adherence to these measures is critical for maintaining base security and ensuring compliance with federal regulations.
    The document outlines key logistical details for a pre-proposal site visit and question submission process related to a government solicitation. A site visit will be held on Monday, August 11, 2025, at 10:00 AM PST at Travis AFB, Building 400. Attendees must provide their full names to socrates.rosimo@us.af.mil and dhell.vida.1@us.af.mil at least two business days prior if a base pass is needed. Visitors must have REAL ID-compliant identification or a second form of ID submitted five days in advance, and all will undergo a criminal history background check. Additional questions regarding the solicitation package must be submitted to the same email addresses by Monday, August 13, 2025, at 12:00 PM PST. This information is crucial for potential offerors to ensure compliance and participation in the bidding process.
    The Delta Breeze Community Center A/V Project Q&A document outlines requirements for an audio/visual system upgrade within a 6,500 sqft ballroom. Key aspects include replacing two 116" wide, 90" tall screens and associated projectors (16-16.5 ft throw distance) in rooms 1 and 4, with HDMI outputs for portable projectors in rooms 2 and 3. The system needs to support synchronized and independent video signals across up to six subdivisible rooms, with a monitor in the A/V equipment room. Electrical work for screen installation will be supported by 60th CES electricians. Wall plates require one HDMI input per section, with additional HDMI outputs in sections 2 and 3, and two XLR inputs per section (total 8 XLR inputs, with outputs in sections 2 and 3). Audio-only inputs (two XLR and one 3.5mm per section) are required. The contractor is responsible for drywall repairs. The project has a target budget of $175,000 or less, requires TAA compliance, and specifies a 1-3 year warranty on workmanship and equipment with defined response times. No substitutions for equipment are allowed, and bids must adhere to all SOW specifications. Training for facility staff (2-4 hours) and ongoing technical support are expected. The anticipated performance period is late September to late November.
    The document outlines the layout and technical specifications for the Delta Breeze Community Center at Travis AFB, California, detailing existing and proposed audio-visual and network infrastructure. It includes a floor plan with room dimensions for areas such as the Ballroom, Palm Room & Admin Offices, Silverado, Wingman’s, and Golden Bear Lounge, along with utility spaces like the A/V Room, Kitchen, and various storage areas. The plan specifies existing connections (VGA, 3.5mm Audio, XLR, LAN) and proposed upgrades (HDMI-IN, HDMI-OUT) for different zones. The document also includes a legend for key features such as LAN ports, receptacles, projector screens, and various types of doors and windows, indicating a project focused on modernizing the facility's multimedia capabilities and overall functionality.
    The document outlines the verification process for contractor responsibility in federal contracting, emphasizing that contracts should be awarded only to responsible prospective contractors. Contracting officers must make affirmative determinations of responsibility, especially for small businesses, and consider factors beyond just the lowest price to avoid potential issues like defaults or late deliveries. To assess contractor responsibility, six key areas are evaluated: financial resources, delivery capabilities, past performance records, integrity and business ethics, organizational structure, and production capacities. Contractors are required to provide supporting documentation, such as financial statements and past performance records, to demonstrate their qualifications. Ultimately, this procedure aims to ensure that awarded contractors are capable of fulfilling contractual obligations effectively, thereby safeguarding government interests and ensuring efficient use of resources in federal, state, and local projects. This responsibility verification framework aligns with the goals of government RFPs and grants, ensuring accountability and performance standards are met before contract awards.
    The TAFB Security Requirements outline stringent access protocols for contractors at Travis Air Force Base, which is a closed facility. Contractors must pass identity proofing through checks like the NCIC and CLETS to ensure security, with exceptions for those holding verifiable government security clearances. All contractors must possess valid identification that meets government standards, particularly following the REAL ID Act of 2005, which sets criteria for state-issued IDs. Contractors are responsible for their employees, ensuring compliance with identity checks and reporting any changes in employment status. Increased security measures are enacted during heightened Force Protection Conditions (FPCONs), necessitating escorts for non-compliant contractors. The document also details disqualification criteria for access, including previous convictions and links to terrorism. Moreover, contractors must complete security training and adhere to operational security guidelines. The primary contractor has additional responsibilities, such as obtaining and managing base passes, which require a detailed Entry Authority List (EAL) submitted in advance. This document serves to protect the installation's security by ensuring only vetted individuals can access sensitive areas, highlighting the importance of rigorous compliance in federal contracting environments.
    A Pre-proposal site visit for potential offerors will take place on Monday, 11 August 2025, at 10:00 PST at Travis Air Force Base (AFB) in California. Interested participants must gather at Building 400, located at 400 Scott St, and are required to provide their full names to designated contacts via email at least 2 business days prior to the visit to obtain base access. To enter, visitors must present REAL ID compliant identification or an alternate form of ID and complete a criminal background check, with the possibility of access denial based on results. Additionally, inquiries about the solicitation package must be submitted by 12:00 PM PST on Monday, 13 August 2025, to the same contacts. This event is part of a broader federal government Request for Proposal (RFP) process, supporting engagement and transparency while ensuring security on military installations.
    The Delta Breeze Community Center's A/V project involves replacing existing audiovisual equipment, including projectors and screens, to enhance functionality across multi-use spaces. Key specifications include the dimensions (116” wide, 90” tall) of the two primary screens, the location for replacements, and the throw distance of existing projectors (16’ to 16.5’). The project requires electrical support for installation, with an electrician from the 60th CES to handle disconnections and reconnections. The hall comprises four divisible sections with capabilities for independent audio/video input and synchronized outputs for larger events. Essential installations include HDMI inputs and outputs, XLR connections, and wall plates. The client emphasizes modern equipment integration while retaining some legacy systems. Additional questions addressed logistical needs, such as spacing requirements, drywall repairs needed for installation, and the relocation of existing equipment. The document signals a focus on efficient, synchronized, and modernized audiovisual systems, promoting versatile use of the ballroom space for various events while ensuring compliance with government standards.
    The document outlines the specifications and existing infrastructure of the Delta Breeze Community Center at Travis Air Force Base, California. It details the dimensions and functions of various rooms, including audio/visual connectivity options and supporting facilities such as a kitchen, hallways, and storage areas. Each room is equipped with different types of input and output ports, notably HDMI, audio 3.5mm, XLR connections, and LAN ports, suggesting a focus on multimedia capabilities. The layout includes multiple storage partitions, and plans for proposed touchscreen installations indicate potential technological upgrades. This document serves as a technical reference for proposals related to audio-visual enhancements and facility improvements, reflecting a commitment to modernizing community resources in alignment with federal standards for functionality and safety in public spaces. Overall, it emphasizes the infrastructure aimed at facilitating various community activities and events, underlining the significance of connectivity and technological integration in public service facilities.
    The 60th Contracting Squadron at Travis Air Force Base is issuing a Request for Quotation (RFQ) for a Delta Breeze (DBCC) AV System. This solicitation is aimed at establishing a Firm Fixed Price contract primarily set aside for small businesses, following stringent federal acquisition guidelines. The deadline for submissions is July 31, 2025. Offerors must provide all equipment and services to replace existing ballroom audio components while integrating with current loudspeakers and amplifiers. Key evaluation criteria include technical capability and price, with the government emphasizing that only new equipment will be accepted. The solicitation outlines necessary compliance with various legal and regulatory standards, including prohibitions on telecommunications equipment from specific foreign entities, and guidelines for contractor accountability regarding covered services. Each bidder must adhere to SAM registration requirements and submit necessary certifications. This RFQ exemplifies the government's approach to soliciting competitive bids for services while ensuring compliance with federal regulations and supporting small business participation in government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    48 OSS Audio Visual Tech Upgrade
    Buyer not available
    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.
    D-21 Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    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.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    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.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Buyer not available
    The Department of Defense, through the Air Force, is seeking a contractor to provide video screen services for the Luke Air Force Base 2026 Air Show, scheduled for March 20–22, 2026. The contractor will be responsible for supplying and operating high-resolution, daylight-viewable screens that can integrate multiple video sources, ensuring optimal visibility for attendees. This procurement is crucial for enhancing the event experience, as it involves significant audio-visual support for a large audience. Interested small businesses are encouraged to prepare for the upcoming formal solicitation, which will be posted within 7 days of this presolicitation notice. For further inquiries, potential bidders may contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or Jacqueline C. Aranda at jacqueline.aranda.1@us.af.mil.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.