Department of Veterans Affairs (VA) Denver Logistics Service Audio Visual System Service Requirement
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) is seeking proposals for Audio Visual (AV) System Service Requirements for its Denver Logistics Services (DLS) facility in Golden, Colorado. This presolicitation outlines the need for contractor-provided services to maintain, troubleshoot, and migrate the existing AV system onto the VA OIT network. This opportunity is anticipated to be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
Scope of Work
The contractor will provide comprehensive AV system support, including:
- Migration: Assist VA System Administrators in migrating the AV system (Crestron, QSC, Shure platforms) to the VA OIT network for centralized management. This is a critical base year task.
- Preventive Maintenance: Perform semiannual system-wide testing, inspections, and OEM-recommended preventive maintenance actions.
- Corrective Maintenance: Provide remote or onsite troubleshooting and corrective maintenance for routine anomalies and emergency failures, with specified response times (e.g., 6-hour emergency, 24-hour routine).
- Procurement: Identify, procure, install, and test repair parts and replacement equipment, subject to VA approval and price quotes.
- Coordination & Reporting: Coordinate all service delivery with VA IT System Administrators and submit various reports, including migration plans, maintenance reports, issue response reports, and installation reports.
Contract & Timeline
- Type: Single Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) purchase orders.
- Duration: One (1) base year and four (4) option years, totaling five (5) years.
- Estimated Value: Exceeds $25,000 but is at or below $350,000.
- Set-Aside: Anticipated Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside under VA's "Rule of Two."
- Questions Due: April 30, 2026, 3:00 PM CST.
- Response Date: May 11, 2026, 8:00 PM UTC (for the eventual solicitation).
- Published: April 23, 2026.
Evaluation
Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Offers will be evaluated on Technical Capability and Price, with Technical Capability being significantly less important than price. Only the lowest-priced offer will be technically evaluated first. Proposals must achieve an "Acceptable" rating for Technical Capability. The Government intends to award without discussions, so offerors should submit their best price initially.
Additional Notes
- Place of Performance: VA DLS Main Warehouse, 555 Corporate Cir., Golden, CO 80401.
- Personnel Security: Contractor personnel will require a Tier 1 / Low / NACI background investigation.
- SAM Registration: Offerors must have an active registration in SAM.gov.
- Proposal Content: Responsive proposals must include a Technical Capability Statement, Price Matrix (Attachment 0002), FAR Provision 52.212-3, and VAAR Clause 852.219-75.
- Contact: John Overstake (john.overstake@va.gov) for questions.