JBOC SVTC Equipment Purchase, Installation, and Integration

SOL #: FA448426Q0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4484 87 CONS PK
JB MDL, NJ, 08641, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

Headsets, Handsets, Microphones And Speakers (5965)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Apr 10, 2026, 4:00 PM

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 is soliciting proposals for the JBOC SVTC Equipment Purchase, Installation, and Integration at Joint Base McGuire-Dix-Lakehurst (JBMDL), Building 1758, New Jersey. This Total Small Business Set-Aside opportunity requires replacing existing Atlona A/V equipment with new, STIG-compliant systems to support both Nonsecure (NVTC) and Secure (SVTC) Video Teleconferencing, integrating with Government Furnished Equipment (GFE) and a 15-panel video wall. A mandatory site visit was held on March 19, 2026, and offers are due by April 10, 2026, 12:00 PM EST.

Scope of Work

The contractor will be responsible for the comprehensive installation and integration of new audio/visual equipment. Key tasks include:

  • Installing transmitter/receiver equipment to support 21 locations displaying on a 15-panel video wall, configurable for multiple layouts.
  • Integrating NVTC, SVTC, and other inputs, controllable from a single location via contractor-furnished control panels.
  • Installing two GFE Cisco pan-tilt-zoom 12x cameras and providing a microphone solution, reusing existing Shure MXA920 microphones with Push-to-Talk (PTT) for NIPR.
  • Integrating the GFE BIAMP Tesira HD-2 dialer with matrix equipment, control panels, and overhead speakers.
  • Programming all devices, including existing Cisco codecs, to meet specifications, with a programmed codec required for the SVTC SIPR portion.
  • Developing a "mission control" area capable of controlling at least four monitors from a single computer.
  • Ensuring all hardware and software are STIG compliant and new (refurbished equipment is not acceptable).
  • Providing documented experience connecting SVTC systems to the Air Force Network (AFNET) or equivalent DoD enterprise networks.
  • Delivering programming code and schematics/diagrams upon project completion.

Contract Details & Timeline

  • Contract Type: Single Firm-Fixed-Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Period of Performance: Not to exceed 180 days after contract award.
  • Mandatory Site Visit: March 19, 2026, 10:00 AM (RSVP by March 12, 2026). Only offerors who attended and signed the roster are eligible for award.
  • Offer Due Date: April 10, 2026, 12:00 PM EST.
  • Offer Validity: Until September 30, 2026.
  • Warranty: A 3-year contractor warranty with 2 option years is preferred.
  • Funding: Award is contingent on the availability of funds; the Government reserves the right to cancel the solicitation.

Evaluation Criteria

Award will be made on a Partial Tradeoff basis, with Technical Acceptability being the most important factor, followed by Past Performance, and then Price (least important). The Government will assess technical acceptability and evaluate past performance based on recent, relevant, and quality performance. Discussions may be conducted if deemed in the Government's best interest.

Important Notes

Offerors must have an active registration in the System for Award Management (SAM). Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF). Contractors must adhere to Joint Base McGuire-Dix-Lakehurst (JBMDL) Antiterrorism (AT) and security requirements, including background checks for base access.

People

Points of Contact

Noah WhitingPRIMARY
Lizbette ZalybniukSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 12, 2026
Version 3
Solicitation
Posted: Mar 9, 2026
View
Version 2
Solicitation
Posted: Mar 6, 2026
View
Version 1
Solicitation
Posted: Mar 5, 2026
View
JBOC SVTC Equipment Purchase, Installation, and Integration | GovScope