RFI-FA2835-1710 SVTC Conference Room Upgrade

SOL #: FA2835-1710Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2835 AFLCMC HANSCOM PZI
HANSCOM AFB, MA, 01731-2107, United States

Place of Performance

Hanscom AFB, MA

NAICS

Computer Systems Design Services (541512)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Office Machines, Text Processing Systems And Visible Record Equipment (J074)

Set Aside

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

Timeline

1
Posted
Mar 13, 2026
2
Last Updated
Mar 26, 2026
3
Response Deadline
Apr 16, 2026, 9:00 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 (AFLCMC/ES and AFLCMC/PZI) is conducting market research through a Request for Information (RFI) for the comprehensive maintenance, support, and modernization of a mission-critical Video Teleconferencing (VTC) and Audio/Visual (A/V) system at Hanscom AFB, MA. This opportunity is designated as a Total Small Business Set-Aside. The government is seeking Letters of Interest (LOI) from interested contractors.

Purpose

This RFI aims to gather information from potential contractors capable of ensuring the continuous and reliable operation of a single conference room A/V system that supports both classified (SIPR) and unclassified (NIPR) operations. The objective is to identify firms that can provide proactive maintenance, timely hardware upgrades, on-call support, and ensure adherence to all relevant security and compliance standards, including DISA STIGs.

Scope of Work

The contractor will be responsible for comprehensive maintenance and support for a full audio visual and URL solution in conference room 203, Building 1624, at 5 Eglin Street, Hanscom AFB, MA 01731. Key responsibilities include:

  • System Maintenance: Performing semi-annual preventative maintenance and providing on-call remote and on-site support with a one-business-day response time for on-site requests. Service calls require a one-hour remote response time (M-F, 0800-1800 ET).
  • Hardware Modernization: Evaluating existing components and replacing/upgrading equipment such as cameras (e.g., CISCO to HD PTZ), VTC CODECs (to modern, compliant, IP-based, VoIP), operator displays (32in to two larger monitors), and a rack-mounted UPS (Smart Online, Double Conversion).
  • System Integration: Installing, programming, and integrating new hardware, including a secure white noise system, enhanced SIPR Teams laptop connectivity, and ensuring VTC systems utilize a single CODEC and automated periods processing hardware.
  • Compliance & Documentation: Ensuring all equipment is free of prohibited wireless technologies (Wi-Fi, Bluetooth), complying with DISA policy, Video Services Policy STIG, GVS comparability, DISA APL, and JITC approval. Deliverables include complete system documentation, uncompiled CRESTRON source code, and signal flow diagrams.
  • Training & Disposal: Providing training for at least two Government individuals and responsible for removal and disposal of broken or unserviceable components.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Set-Aside: Total Small Business
  • Place of Performance: Building 1624, conference room 203, 5 Eglin Street, Hanscom AFB, MA 01731
  • Anticipated Period: One (1) base year plus four (4) one-year option periods.
  • Site Visit Registration Due: April 16, 2026, 1:00 PM ET (Contact Kristin Morrison at kristin.morrison.1@us.af.mil)
  • Questions Due: April 25, 2026, 1:00 PM ET
  • Published: March 26, 2026

Submission Requirements

Interested parties should submit a Letter of Interest (LOI) detailing how their organization would meet the listed requirements. Responses must include a capabilities statement outlining experience and expertise in similar work, particularly within secure DoD or government facilities, highlighting ability to meet on-site support and familiarity with compliance standards. Provide a point of contact and a person with authority to enter into agreements.

Additional Notes

This is for planning and market research purposes only and is not a Request for Proposal (RFP). The Government does not intend to award a contract based on responses, nor will it pay for the preparation of information submitted. Proprietary information should be marked accordingly.

People

Points of Contact

Kristin MorrisonPRIMARY

Files

Files

Download

Versions

Version 3Viewing
Sources Sought
Posted: Mar 26, 2026
Version 2
Sources Sought
Posted: Mar 13, 2026
View
Version 1
Sources Sought
Posted: Mar 13, 2026
View
RFI-FA2835-1710 SVTC Conference Room Upgrade | GovScope