JBOC SVTC Equipment Purchase, Installation, and Integration
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 (FA4484 87 CONS PK) is soliciting proposals for the JBOC SVTC Equipment Purchase, Installation, and Integration at Joint Base McGuire-Dix-Lakehurst (JB MDL), Building 1758, New Jersey. This Total Small Business Set-Aside opportunity requires replacing existing Atlona A/V equipment with new, STIG-compliant, and interoperable Nonsecure Video Teleconferencing (NVTC) and Secure Video Teleconferencing (SVTC) systems. A mandatory site visit is scheduled for March 19, 2026, and proposals are due by April 10, 2026.
Scope of Work
The contractor will install and integrate new A/V equipment to support 21 locations displaying on a 15-panel video wall, capable of multiple configurations. This includes integrating NVTC, SVTC, and other inputs controllable from a single location via contractor-furnished control panels. Key tasks involve installing Government Furnished Equipment (GFE) Cisco cameras, providing a microphone solution, integrating a GFR BIAMP Tesira HD-2 dialer, and programming all devices, including a codec for the SVTC SIPR portion. A "mission control" area must be developed. All hardware and software must be STIG compliant, new (no refurbished equipment), and DISA-approved. The scope also covers new cabling, wiring, mounting, and coordination with 87 CS for Information Assurance (IA), EMSEC, and design approval. Documented experience connecting SVTC systems to the Air Force Network (AFNET) or equivalent DoD enterprise networks is a critical requirement. The period of performance shall not exceed 180 days after contract award.
Contract Details
This is a Single Firm-Fixed-Price contract, set aside for Total Small Business (FAR 19.5). The Product Service Code is 5965 (Headsets, Handsets, Microphones And Speakers). Funds are not presently available, and any award is contingent upon fund availability.
Evaluation Criteria
Award will be made on a "Partial Tradeoff" basis, prioritizing Technical Acceptability (most important), followed by Past Performance (assessed for relevance, recency, and quality), and then Price (least important). The government reserves the right to conduct discussions. Offerors should note that past performance will be evaluated based on areas such as technical performance, cybersecurity compliance, integration with existing infrastructure, and documentation.
Key Dates & Actions
- Questions Due: March 25, 2026.
- Mandatory Site Visit: March 19, 2026, at 1000. Offerors must RSVP by March 12, 2026, to Noah Whiting (Noah.whiting.1@us.af.mil) to be added to the Entry Authority List (EAL). Attendees will meet at 2270 Fort Dix Rd, Pemberton, NJ 08068. Only offerors who attend and sign the official roster will be eligible for award.
- Offer Due Date: April 10, 2026, 12:00 PM.
- Offer Validity: Until September 30, 2026.
Special Requirements & Notes
All personnel entering JB MDL will undergo background checks and must comply with stringent Antiterrorism (AT) requirements and installation access procedures, including those detailed in the SFS Appendix. Contractors are responsible for the costs of any urgent medical care provided by the 87th Medical Treatment Facility. An active registration in the System for Award Management (SAM) is required, and payment requests must be submitted via Wide Area WorkFlow (WAWF).