5836--Audio Console Upgrade
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 Veterans Affairs (VA), Program Contracting Activity Central, is conducting market research through a Sources Sought Notice (RFI: 36C77626Q0195) to identify potential sources for an Audio Visual Console Upgrade for the VHA Institute of Learning, Education, and Development (ILEAD) Office in St. Louis, MO. This RFI precedes a near-future solicitation. Responses are due by Tuesday, May 12, 2026, at 1:00 PM Eastern.
Scope of Work
The requirement is for a turn-key installation of a new audio console system to replace the existing Logitek Jetstream system at the VHA ILEAD video broadcast facility. This includes:
- Discovery of the existing VA audio system.
- Development of integration drawings and timelines.
- Decommissioning of the old console and site preparation.
- Installation of new system equipment within existing furniture and racks.
- Integration of the new console's inputs/outputs with the existing VA patch panel.
- Commissioning, testing, and troubleshooting.
- Providing operational and technical administration training to VA staff.
- Optional annual support for technical, hardware, and software issues/upgrades. The new system must meet specific salient characteristics, including fader counts, DSP engine capabilities, and support for AES67 and ST2110-30 standards, compatible with VA-owned Dell Z8/G4 desktop computers running Windows 11. The anticipated contract type is Firm Fixed-Price, with a period of performance of 130 days after award.
Submission Requirements
Interested vendors must provide a complete response via email to aimee.maxel@va.gov and kristy.svendsen@va.gov by the deadline. The response should include:
- Company Information: Name, Address, Point of Contact, GSA/MAS/SEWP Contract Number (if applicable), and SAM UEI Number.
- Company's Business Size and Status: Socio-economic status, years in business, affiliate information, and number of employees.
- Capabilities: Information demonstrating the ability to provide the required supplies/services.
- Past Experience: Details on a maximum of three similar projects completed within the last three years as a prime or subcontractor (max 20 pages), including project value, contract type, owner POC, and relevance.
- Completed VAAR 852.219-76 VA Notice of Limitations on Subcontracting – Certificate of Compliance for Supplies (Attachment C).
Set-Aside & Eligibility
A total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms is anticipated based on Public Law 109-461, Section 8127. However, if responses from SDVOSB firms are inadequate, an alternate set-aside or full and open competition may be used. Failure to provide all requested information may prevent the VA from determining vendor capability and a specific set-aside.
Key Dates & Contacts
- Response Due: Tuesday, May 12, 2026, at 1:00 PM Eastern.
- Email Responses to: Aimee Maxel (aimee.maxel@va.gov) and Kristy Svendsen (kristy.svendsen@va.gov).
- NAICS Code: 334310 – Audio and Video Equipment Manufacturing (Size standard: 750 employees). Vendors may suggest alternative NAICS codes.
Additional Notes
This is a Sources Sought notice for information and planning purposes only and does not constitute a solicitation. No contract will be formed from responses. Comments or questions on the DRAFT PWS (Attachment A) are welcomed, with specific page and section references.