B1612 VTC Annual Support Maintenance
ID: PZI_1519Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, 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 Department of the Air Force, is seeking a contractor to provide annual support maintenance for the Video Teleconferencing (VTC) Center located at Hanscom Air Force Base in Massachusetts. The contract entails biannual preventive maintenance for two Audio Visual (AV) rooms—one classified and one unclassified—along with telephone support during business hours and on-site technician support within 48 hours for unresolved issues. This maintenance is critical for ensuring the operational capabilities of the VTC Center, which plays a vital role in facilitating government communications. Interested small businesses must register for a site visit by April 24, 2025, and can reach out to Clarissa Baker at clarissa.baker@us.af.mil for further details, with proposals due following the visit.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of this Statement of Objectives (SOO) is to establish a service contract for preventive maintenance and support of the Video Teleconference (VTC) Center at Hanscom Air Force Base's Building 1612. The contract requires two annual preventive maintenance visits for two AV rooms: one with classified capabilities on the DISA GVS network and another for unclassified Microsoft Teams functions. Each visit entails comprehensive testing of equipment, and necessary recommendations for repairs are expected. The contract also includes telephone support from 0800 to 1600 ET on weekdays, with onsite technician support guaranteed within 48 hours for unresolved issues. The AV service provider must be a local company within a 100-mile radius of the base, ensuring rapid response times. Additionally, bidders are invited to propose four separate one-year options for contract continuation. Detailed equipment lists for both rooms include various AV components essential for their functionality. The document emphasizes the importance of timely and effective support to maintain operational capabilities at the VTC Center, reflecting the critical communication needs of the 66th Air Base Group. A summary of points of contact for the project is included for bidding proposals.
    The document outlines the proposal for Annual B1612 VTC Support Maintenance. It includes a breakdown of Contract Line Item Numbers (CLIN) along with their corresponding amounts, organized by fiscal periods: Base Year and Option Years 1-4. The proposal specifies financial allocations for various support maintenance services associated with video teleconferencing (VTC) rooms. The key financial figures detail a comprehensive budget and total contract amount, indicating an emphasis on structured support maintenance over multiple years. This document serves to outline the required resources and financial planning necessary for effective management and operation of VTC facilities, which are significant for government communications. The overall intention is to ensure continuous support and maintenance alignment with federal standards.
    The document outlines a Combined Synopsis/Solicitation for Video Teleconference Center Support Maintenance, indicating a need for commercial services under the Federal Acquisition Regulation (FAR). The procurement focuses on a maintenance contract for two Audio Visual rooms at Hanscom Air Force Base, requiring biannual preventive maintenance and support for classified/unclassified conference rooms. The solicitation is set aside for small businesses with a size standard of $19 million. Key details include the requirement for the submission of quotes, compliance with various regulations, and the evaluation criteria based on technical capabilities and price. A site visit for interested contractors is scheduled to ensure familiarity with the operational environment before proposal submission. The overall aim is to ensure the effective maintenance and functionality of the Video Teleconferencing Center in support of government operations, encapsulating the federal commitment to utilizing small businesses in fulfilling government contracts. Adherence to guidelines and complete documentation is emphasized to facilitate the submission process and contract award.
    The document outlines a combined Synopsis/Solicitation for Video Teleconference Center Support Maintenance, managed by the U.S. Air Force. The solicitation invites quotes for a service and preventive maintenance contract for two Audio Visual (AV) rooms in the Video Teleconferencing (VTC) Center at Hanscom Air Force Base. The selected contractor will provide biannual maintenance and on-demand support during working hours. The procurement is a Total Small Business Set Aside, with a maximum firm size standard of $19 million under NAICS code 238210. Proposals must be submitted in a specified format and adhere strictly to the outlined provisions. Key evaluation criteria include technical capability, price, and attendance at a site visit. Potential offerors must register in the System for Award Management (SAM) to be eligible for contract award. The Government reserves the right to accept offers within a defined timeline. Additionally, it underscores compliance with various federal regulations, including provisions related to telecommunications and materials safety. The award could extend for an additional five and a half years depending on the agreement terms. This RFP fosters collaboration with small businesses while ensuring adherence to safety and operational standards within government facilities.
    The document addresses restrictions regarding electronic equipment in classified areas as outlined in a government Request for Proposals (RFP). Specifically, it states that laptops and any electronic devices are prohibited within the classified environment and emphasizes that remote access to such devices is not permitted. This highlights strict security protocols that must be adhered to when working with classified information, ensuring that sensitive data is protected from potential breaches or unauthorized access. The response is clear and definitive, reinforcing the seriousness of maintaining security measures in government operations.
    The document outlines the Wage Determination No. 2015-4047 issued by the U.S. Department of Labor under the Service Contract Act, indicating minimum wage rates for federal contracts in Massachusetts. It specifies that contracts initiated after January 30, 2022, must adhere to the $17.75 hourly minimum wage under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, can pay a minimum of $13.30 if not renewed. The determination lists applicable towns and cities in Massachusetts, as well as the required wages for various occupations, including administrative, automotive, health, and technical jobs. Additional benefits such as paid sick leave, vacation, and uniform allowances are detailed, along with provisions for employee rights under applicable Executive Orders. Employers are obligated to adhere to specific regulations relating to unlisted job classifications and the conformance process for wages. This document plays a critical role in ensuring compliance with labor standards in federal contracts, aiming to protect workers' rights and pay equity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Aiphone Technical and Maintenance Support
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide technical and maintenance support for the Aiphone System at the Quantico facility in Virginia. The procurement aims to ensure 24/7 support, maintenance, and repair services to uphold a safe and secure workplace for employees, which is critical for the effective delivery of IT services to Veterans. The Aiphone System is integral to the facility's operations, as it supports the Information Management/Information Technology systems that are vital for processing data essential to Veterans' benefits and services. Interested parties can contact Michael Stevens at michael.stevens5@va.gov or call 202-876-7185 for further details regarding this opportunity.
    CE Facility Maintenance & Repair Support for Laboratories and Intelligence Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the CE Facility Maintenance & Repair Support for Laboratories and Intelligence Contract at Wright-Patterson Air Force Base in Ohio. This procurement aims to secure a firm-fixed-price contract for facility maintenance and repair services over five one-year ordering periods, with an option for a six-month extension, as outlined in the Performance Work Statement. The services are critical for maintaining operational readiness and ensuring the functionality of specialized laboratory equipment and facilities. Interested small businesses must submit their proposals electronically by November 21, 2025, to Andrew Silvers at andrew.silvers@us.af.mil, and are encouraged to acknowledge receipt of amendments to the solicitation to ensure consideration.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is issuing an Invitation for Bid (IFB) for a 100% Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sitework and paving services at Hanscom Air Force Base and associated locations. The contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a six-year performance period and a five-year ordering period, allowing for task orders not exceeding $3,000,000. This procurement is crucial for maintaining infrastructure at military installations, ensuring compliance with federal, state, and local regulations. Bids are due electronically by 2:00 PM EST on November 27, 2025, and all questions must be submitted by 2:00 PM EST on November 18, 2025; interested parties can contact Tacy Boje at tacy.boje.1@us.af.mil or Jared Gregory at jared.gregory.3@us.af.mil for further information.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    Aircraft Wash and Lubrication (C-5)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for aircraft wash and lubrication services for the C-5 aircraft at Westover Air Reserve Base in Chicopee, Massachusetts. The procurement aims to secure a contractor capable of providing comprehensive aircraft wash, lubrication, and corrosion control services, along with emergency and facility maintenance support, as outlined in the Performance Work Statement (PWS). These services are critical for maintaining the operational readiness and longevity of the aircraft fleet. Interested small businesses must submit their proposals by October 31, 2025, with a site visit scheduled for October 8, 2025, and inquiries directed to Robert Stacy at robert.stacy.2@us.af.mil or by phone at 413-557-2134. Note that funding for this contract has not yet been secured, and the government reserves the right to cancel the solicitation if necessary.
    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.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE SERVICES FOR NAVAL STATION GREAT LAKES, IL, CAPTAIN JAMES A LOVELL FEDERAL HEALTH CARE CENTER (FHCC) FACILITIES AND OTHER AREAS OF RESPONSIBILITY (AOR).
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking proposals for Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois, and the Captain James A. Lovell Federal Health Care Center. The contractor will be responsible for providing labor, management, tools, materials, and maintenance services, including diagnostic, troubleshooting, repair, alteration, demolition, and minor construction of VTE and Direct Digital Control (DDC) systems. This procurement is crucial for ensuring the safe and efficient operation of vertical transportation systems within government facilities, emphasizing the importance of regular maintenance and compliance with safety standards. Proposals are due by December 9, 2025, at 2:00 PM EST, and interested parties should contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.c.roberts4.civ@us.navy.mil for further information.
    FY23 Virtualization Hyperconverge Maintenance
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    Maintenance Services for Operating Tables
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for maintenance services for operating tables at the Naval Medical Center Portsmouth. The procurement involves a Firm-Fixed Price contract that includes a base year from December 2025 to November 2026, with an option for an additional year, requiring the contractor to provide all necessary personnel, equipment, and materials for corrective repairs, preventive maintenance, and emergency services. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested vendors should contact Luis Zeno at luis.a.zeno-pimentel.civ@health.mil or Melissa Peregrino-White at melissa.perergrino-white.civ@health.mil for further details, and must adhere to the specified requirements, including OEM certification and compliance with HIPAA regulations. The solicitation has been amended, and proposals must be submitted by the updated deadline.
    B1654 Command Post Console Move
    Buyer not available
    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.