RFI-FA2835-1710 SVTC Conference Room 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 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.