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
    J059--Video Camera and Fiber Cable Installation Bedford VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide installation services for a video camera and fiber cable at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE network camera in the chapel and the integration of its audio/video feed into the facility's digital cable broadcast system, including the installation of fiber optic cable between Building 81 (chapel) and Building 3 (server room/video distribution head end). This procurement is critical for enhancing the chapel's broadcast capabilities while ensuring minimal disruption to the medical center's operations. Interested parties must submit their quotes by December 12, 2025, at 12 PM EST, and are encouraged to attend a site visit on December 3, 2025, with questions due by December 5, 2025. For further inquiries, contact Carissa Sarazin at carissa.sarazin@va.gov.
    Symposium Audio-Visual Support
    Buyer not available
    The Department of Defense, specifically the 42nd Contracting Squadron, is soliciting proposals for audio-visual (A/V) support for the AFROTC Commanders' Symposium, scheduled for January 5-8, 2026, at the Double Tree by Hilton Dallas Near the Galleria. The procurement is a 100% Small Business Set-Aside, requiring one unit of A/V support to be delivered by December 12, 2025, with specific equipment and technical support outlined in the Statement of Work. This symposium is a significant professional development event for AFROTC leadership, necessitating comprehensive A/V services to facilitate effective communication and presentations. Interested vendors must submit their proposals, including a dated quote and evidence of capability, to the primary contact, A1C Alexia Lassin, at alexia.lassin@us.af.mil by the deadline.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    TEGUC - Audiovisual Equipment Maintenance
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the maintenance of audiovisual equipment at the embassy. The contractor will be responsible for providing preventive maintenance, live customer support, and on-demand service calls to ensure the functionality of the Consular AV System, which includes intercom, paging, and display systems, while excluding repairs and hardware replacements. This firm-fixed-price contract will span one base year with four optional one-year extensions, with quotations due by January 5, 2026, at 10:00 AM local time, and a pre-proposal site visit scheduled for December 15, 2025. Interested contractors must ensure they are registered in the SAM database and submit their offers electronically, adhering to specific submission requirements outlined in the solicitation document.
    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.
    HMIT Test Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    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.
    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.
    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.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.