Annual Audio Visual Maintenance at NH Jacksonville, FL
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 Defense Health Agency (DHA) is soliciting proposals for Annual Audio Visual (AV) Maintenance services at Naval Hospital Jacksonville (NHJAX), FL, and its surrounding Branch Health Clinics (BHCs) in Florida and Georgia. This is a Firm Fixed Price contract, set aside for Total Small Business. The objective is to ensure the availability and quality functionality of A/V systems supporting virtual health and video teleconferencing. Proposals are due May 5, 2026, at 4:00 PM ET.
Scope of Work
The contractor will provide trained and experienced personnel for comprehensive AV maintenance, including preventive maintenance, repairs, diagnostic testing, and system programming. Services cover a wide range of AV equipment, specifically mentioning Cisco/Tandberg systems, and include telephone support for operations and troubleshooting. Maintenance must adhere to manufacturer specifications and OEM warranty requirements. Contractor personnel must be OEM authorized dealers/distributors/resellers with current certifications, and all software/hardware must be DHA-approved.
Technical Exhibits provide detailed insights:
- Technical Exhibit 1 lists warranty AV equipment (e.g., Cisco Codecs) with serial numbers and locations at NHJAX, BHC Mayport, and BHC Kings Bay.
- Technical Exhibit 2 details non-warranty AV equipment inventory, including various televisions, projectors, control systems, and audio equipment across the specified locations.
- Technical Exhibit 3 offers historical workload estimates, indicating approximately 20 hours per quarter for AV asset management, service, and telephone support at each primary location (NHJAX, NBHC Kings Bay, NBHC Mayport).
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: One 12-month base period (August 1, 2026 - July 31, 2027) and four 12-month option periods.
- Estimated Value: The NAICS size standard for this opportunity is $34,000,000.00.
- Set-Aside: 100% Total Small Business (NAICS Code: 811210).
- Proposal Due: May 5, 2026, 4:00 PM ET
- Published: April 21, 2026
Evaluation
Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, based on price and other factors, utilizing a Lowest Priced, Technically Acceptable (LPTA) methodology. Technical evaluation will consider Factor 1: Technical capabilities and Factor 2: Past Performance. Price will be evaluated after technical acceptability is determined.
Additional Notes
Proposals must be submitted electronically via email to Cary Wolbrette. The solicitation incorporates FAR clauses by reference and full text. The Contracting Officer's Representative (COR) is Yvonne Cole.