Symposium Audio-Visual Support

SOL #: RFI1787309Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3300 42 CONS CC
MAXWELL AFB, AL, 36112-6334, United States

Place of Performance

Dallas, TX

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

Lease Or Rental Of Equipment: Miscellaneous (W099)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 5, 2025
2
Last Updated
Dec 9, 2025
3
Submission Deadline
Dec 12, 2025, 6:00 PM

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.

REQUEST FOR PROPOSAL AFROTC COMMANDERS’ SYMPOSIUM A/V SUPPORT (THIS IS NOT AN ORDER)

Purchase Request #: F2XJB15310AW01             Date issued: 5 Dec 2025

Issued by: 42nd Contracting Squadron                 Delivery: FOB Destination 50 LeMay Plaza, South Maxwell AFB, AL 36113-6334 

Offeror Due Date: 12 Dec 2025 12:00 p.m. CST

Primary POC: A1C Alexia Lassin                        Alt \ POC: Jeremy Kersey    

Phone: 334-953-9376                                           Phone: 334-953-3526

Email: alexia.lassin@us.af.mil                              Email: jeremy.kersey.1@us.af.mil

GENERAL INFORMATION

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase A/V support for the AFROTC Commanders’ Symposium. This requirement is being solicited on the open market as a 100% Small Business Set-Aside. GSA or other Governmentide Acquisition Contracts (GWACs) will not be considered. Only quotes from SAM.gov vendors will be accepted.

SCHEDULE OF SUPPLIES/SERVICES:

ITEM 0001

Description of Requirement AFROTC HQ Commander's Symposium Audio/Visual Support

Qty 1 EA

DELIVERY INFORMATION: All items shall be shipped to the following address:

Double Tree by Hilton Dallas Near the Galleria

4099 Valley View Lane,

Dallas, TX 75244

INSTRUCTIONS TO GSA CONTRACTORS:

1. This will be a competitive firm-fixed priced delivery order on the open market. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. This solicitation is being issued on a competitive basis. To assure timely and equitable evaluation of quote, contractors must follow the instructions contained herein. Failure to meet a requirement may result in an offeror being ineligible for award.

2. Specific Instructions:

a) Contractors must submit a dated quote with unit prices and extended prices

in response to this solicitation.

​​​​​​​b) Service Capability: Contractors must submit information sufficient in detail to determine the capability of meeting all services as outlined in Schedule of Supplies/Services for CLIN 0001 IAW SOW para.’s 3.0-3.5.

c) To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.

d) Contractors must confirm country of origin. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225- 7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote.

​​​​​​​e) Section 889: Contractors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation.

f) Responses to this notice shall be provided in writing via e-mail to the Contract Specialist, A1C Alexia Lassin, (334) 953-9376, alexia.lassin@us.af.mil and the Contracting Officer, Jeremy Kersey, (334) 953-3526, jeremy.kersey.1@us.af.mil. All responses shall be received by no later than 12 Dec 2025, 12:00pm CST. Email is the preferred method of contact. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist and the Contracting Officer identified in this notice.

BASIS FOR CONTRACT AWARD

1. Award will be made to the lowest priced Contractor that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements).

Service Capability: Contractors submitted information shall be evaluated to ensure they are sufficient in detail to determine the capability of meeting all services as outlined in Schedule of Supplies/Services for CLIN 0001 IAW SOW para.’s 3.0-3.5.

2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.

ATTACHMENTS (2):

  1. Attachment 1 – Statement of Work
  2. Attachment 2 – Clauses and Provisions

People

Points of Contact

A1C Alexia LassinPRIMARY
Jeremy B. KerseySECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Dec 9, 2025
Version 1
Solicitation
Posted: Dec 5, 2025
View
Symposium Audio-Visual Support | GovScope