Replace Bowling Alley Sound System
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 is soliciting proposals for the replacement and installation of a new Audio Music System at the Bowling Center (Bldg. 908) at Robins AFB, Georgia. This Combined Synopsis/Solicitation is a 100% Women-Owned Small Business (WOSB) Set-Aside. The objective is to provide a modern audio system in support of the 78th Force Support Squadron. Quotes are due by April 23, 2026, at 1:00 PM EST.
Scope of Work
The contractor shall provide all necessary tools, materials, personnel, labor, and services to replace and install a new Audio Music System. This includes installing new audio speakers over the bowling lanes, a rack-mounted amplifier, a 40-channel digital mixer with an iPad controller and router in the storage room, and a digital handheld microphone system. The system will be controlled by an iPad tablet at the front counter. The effort also requires the removal of existing audio equipment and associated wiring, and providing training to Bowling Center staff on the new system's operation and maintenance.
Key Requirements
Work must be performed in accordance with the Statement of Work dated March 18, 2026. Specific technical requirements include 4 each 18" 2400W Power Subwoofers, 4 each 15" Power Speakers, a 2 Channel Power Amplifier, a 40 Channel Digital Mixer, an iPad Controller and router, and a Digital Handheld Microphone System. The contractor must submit a Contractor Safety Plan and Accident/Incident Report. Security requirements include providing an installer list for base passes, complying with base traffic regulations, and adhering to OSHA, NFPA, RAFB Fire Protection Codes, and NEC standards. The contractor must confirm all measurements and coordinate a 30-day notification prior to project start.
Contract Details
This is a Firm Fixed Price acquisition under Product Service Code 5835 (Sound Recording And Reproducing Equipment) and NAICS Code 334310 (750 employees size standard). The delivery date for the system is on or before August 30, 2026. Funds are not presently available, and no award will be made until funds are secured. The Government reserves the right to cancel this solicitation. Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF).
Submission & Evaluation
Quotes are due by April 23, 2026, at 1:00 PM EST and must be submitted via email to the Contract Specialist and Contracting Officer. Offerors must demonstrate adequate financial resources, potentially requiring a narrative statement and substantiating documentation, which will undergo a financial capability review by DCMA. A satisfactory score of 110 in the Supplier Performance Risk System (SPRS) for NIST SP 800-171 compliance is required. Evaluation will be based on Price and Technical Acceptability.
Contact Information
Primary Point of Contact: Blake McWilliams (blake.mcwilliams.1@us.af.mil). Secondary Point of Contact: Andrea Cervantes (andrea.cervantes.1@us.af.mil).