15 TES Audio/Visual Equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the FA4861 99 CONS LGC office, is soliciting proposals for Audio/Visual Equipment and Installation Services for the 15th Test and Evaluation Squadron (TES) at Nellis Air Force Base, NV. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. This amendment extends the deadlines for questions and proposal submissions.
Scope of Work
This requirement involves the installation of comprehensive Auditorium AV equipment and conferencing capabilities at Building 20, Room 5, Nellis AFB. The scope includes all necessary peripherals, cabling, audio, video interconnection, and programming. Key components include a control processor, video switching capabilities, primary and secondary displays (projectors, LCDs, confidence monitor), a content source 8-port KVM, and Video Teleconferencing (VTC) integration via the AF7 network. An audio system with amplifiers, speakers, and microphones is also required. The contractor will be responsible for installation, mounting, programming, cabling, and providing training and manuals to 15th TES personnel.
Key Requirements
The solicitation details specific Contract Line-Item Numbers (CLINs) for various audio-visual components, including DSPs (e.g., Biamp TesiraForte), microphones (e.g., Parle-TCM-1), speakers (e.g., Desono C-IC6LP-TAA), projectors (e.g., Christie), LCD displays (e.g., Christie), control systems (e.g., Crestron), and DTP3 Crosspoint/Transmitter/Receiver units (e.g., Extron), along with miscellaneous cables and brackets. Brand names are provided as references for minimum product capability. Detailed specifications are available in Attachment 1 (Statement of Work).
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Delivery: 30 Days After Receipt of Order (ARO) to Nellis AFB, NV.
- Inspection & Acceptance: FOB Destination.
- Evaluation: Award will be made on a Lowest-Priced, Technically Acceptable (LPTA) basis. This is an "all or none" requirement; vendors must quote the entire package to be considered responsive.
- NAICS: 334310, Small Business Size Standard: 750 employees.
Submission & Deadlines
- Questions Due: Friday, 13 March 2026, 1400 PDT.
- Answers Posted: Wednesday, 18 March 2026, 1400 PDT.
- Quotes Due: Thursday, 26 March 2026, 1400 PDT.
- Submission Method: Electronic offers via email only. Required information includes product specifications, CAGE code, SAM Unique Entity ID, payment terms, discount terms, point of contact, and proposed delivery schedule.
- Site Visit: A site visit was previously scheduled for Wednesday, 11 March 2026.
Important Notes
Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Attachments include the Statement of Work, Nellis AFB Mass Pass Request Form (for base access), and DFARS Clauses.