Video Intercom 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, specifically FA4690 28 CONS PKC, is conducting a Sources Sought to identify qualified vendors for the installation of a Video Intercom System at the Air Traffic Control (ATC) tower (Building 7104) at Ellsworth Air Force Base, South Dakota. This is a Total Small Business Set-Aside. Interested parties must submit capability statements by May 18, 2026, at 3:00 P.M. MDT.
Scope of Work
The requirement involves installing and testing a new intercom system with both audio and visual capabilities across the 2nd, 3rd, 6th, and 8th floors of the ATC tower. Key tasks, as detailed in the Statement of Objectives (SOO), include:
- Removing all existing intercom equipment and wiring.
- Installing a new 1st-floor entrance foyer call button with audio/visual capabilities, programmed to call the 8th floor first, then sequentially the 2nd, 3rd, and 6th floors if unanswered.
- Installing new 2-way audio/visual intercom stations on the 2nd, 3rd, 6th, and 8th floors, ensuring all stations can call each other.
- Securely attaching all new equipment to walls, providing shelves if necessary for desktop devices.
- Ensuring the system is closed, AC powered, and does not control door locks.
- Providing operating instructions and training for the new system to the control tower facility manager.
- Repairing any damage to paint, surfaces, walls, or flooring caused by the installation.
- Ensuring all equipment meets USAF requirements and is obtained from authorized vendors.
Key Requirements
Respondents are invited to submit a capability statement that must include, at a minimum:
- Company Information: Company name, address, UEI, CAGE code, point of contact (name, title, phone, email), and any active GSA contract numbers.
- Business Size & Socio-Economic Status: Identification of business size (Large, Small, etc.) and any socio-economic categories (e.g., 8(a), Woman-Owned Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business) under NAICS code 238210.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: N059 (Installation Of Equipment: Electrical And Electronic Equipment Components)
- Period of Performance: To be completed within 180 calendar days of contract award.
- Response Due: May 18, 2026, at 3:00 P.M. MDT
- Published: May 12, 2026
Additional Notes
A site visit will be offered to review the existing system and take measurements. Contractor personnel will be escorted at all times in the control tower, and photography is limited. Normal hours of operation are 07:30 AM to 4:00 PM, Monday-Friday. The contractor is responsible for site restoration, debris removal, and compliance with OSHA requirements. Telephone inquiries will not be accepted; all correspondence must be via email to mitchell.bryk@us.af.mil and jayna.clements@us.af.mil.