VTC Equipment and Installation for Secure Conference Room
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 quotes for VTC Equipment and Installation for a secure conference room at Wright Patterson AFB, OH. This requirement is for a turn-key solution to integrate modern Microsoft Teams capabilities with an existing legacy Video Teleconference (VTC) system. This is a Total Small Business Set-Aside. Quotes are due by 11:00 AM EST, April 14, 2026.
Scope of Work
The project involves upgrading conference room technology at Building 28, Area B, WPAFB, OH. The primary objective is to provide and install a complete, turn-key solution for MS Teams functionality within a Collateral Secret SIPRNET environment, while ensuring seamless integration and switching with the legacy VTC system. Key tasks include:
- Providing and installing a new 4K-capable web camera and microphone system optimized for MS Teams.
- Integrating audio output from the MS Teams system to existing wall-mounted displays.
- Replacing an outdated Crestron controller with a modern processor unit.
- Reprogramming the existing Crestron touch panel for a unified user interface capable of dual system control.
- Providing all necessary ancillary equipment, cabling, installation, and programming services.
Key Components & Requirements
Bidders must supply a modern, rack-mounted Crestron processor, a 4K web camera with mount, and a tabletop microphone solution. Government Furnished Equipment (GFE) includes 75-inch displays, an amplifier/mixer, equipment rack, Crestron touch panel, Polycom VTC codec, camera, microphones, sound bar, and existing cabling. All items must be TAA compliant. The system must function independently after legacy system removal and be capable of dual operation until legacy decommissioning. All equipment, software, and configurations must comply with security requirements for SECRET networks, DISA STIGs, and be listed on the DoDIN Approved Products List (APL) with IA accreditation.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quotes - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Published Date: April 8, 2026
- Quotes Due: 11:00 AM EST, April 14, 2026
- Anticipated Award Date: May 2, 2026
Evaluation & Award
Award will be made to the Lowest Price Technically Acceptable (LPTA), responsive, responsible offeror. The lowest priced quote will be reviewed for technical acceptability first. If awardable, no other quotes will be evaluated. Vendors must be registered in SAM.gov. Quotes must indicate if any imported end products, components, or materials are anticipated for compliance with DFARS 252.225-7013 (Duty-Free Entry).
Contact Information
Questions regarding this acquisition should be directed to Tyler E. Fruhwirth at tyler.fruhwirth@us.af.mil. An Ombudsman, Col (S) Paul W. Tinker, is available for contractor concerns at 937-255-5512 or ASCA@us.af.mil.