Wing Conference Room Audio/Visual Classified Modernization
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 conducting a Sources Sought / Request for Information (RFI) for Wing Conference Room Audio/Visual Classified Modernization at Will Rogers Air National Guard Base (WRANGB), Oklahoma. This market research aims to identify capable sources, including small businesses, for a secure A/V solution that can seamlessly transition between Classified (Secret) and Unclassified Video Teleconference (VTC) modes. Responses are due May 20, 2026.
Scope of Work
The government seeks a fully integrated, functional, and secure A/V solution. Key objectives include:
- Master Control & Seamless Transition: One-touch switching between Classified and Unclassified modes without manual cable swapping.
- Secure State Transitions (Red/Black Separation): Strict physical/logical separation of data streams per AF and DISA STIGs, with verifiable disconnection of unclassified components during classified sessions.
- Visual Situational Awareness: Automated, unambiguous visual indicators of the current operating mode (SECRET or UNCLASSIFIED).
- System Functionality: Restore all displays, ensure 1-to-1 mapping of physical assets to the UI, and maximize equipment uptime.
- Service and Response: 1-hour response time for critical outages, remote assistance, and full assumption of A/V responsibilities.
- Operating Constraints: Personnel require a minimum SECRET security clearance for classified network integration, all new hardware must be DoDIN APL compliant, and vendors must have a local presence to meet the 1-hour critical response requirement. The solution should primarily utilize existing Government Furnished Equipment (GFE), proposing only minimum essential hardware/software upgrades.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Duration: Base Year plus two (2) Option Years
- Place of Performance: Will Rogers Air National Guard Base (WRANGB), Oklahoma City, OK
- Potential NAICS: 541512 (Computer Systems Design Services) or 334310 (Audio and Video Equipment Manufacturing)
- Response Due: May 20, 2026, 3:00 PM EDT
- Published: April 29, 2026
Submission Requirements
Interested parties must submit a concise Capability Statement (no more than 5 pages) via email. It should include:
- Company Profile: Name, Address, CAGE Code, UEI, Point of Contact.
- Business Size/Status: Specify size and socio-economic status (e.g., Small, 8(a), SDVOSB, WOSB, HUBZone).
- Technical Capability: Narrative demonstrating approach to Red/Black separation, DoDIN APL compliance, and master control integration.
- Past Performance: Up to three similar projects within the last five years, ideally in DoD/secure environments.
- Contract Vehicles: List of applicable GWACs or GSA Schedules.
- Feedback on SOO: Any recommendations regarding clarity or feasibility. Submissions should be emailed to ryan.moehle@us.af.mil with the subject line: "Sources Sought Response - WRANGB A/V Modernization - [Your Company Name]".
Additional Notes
This is for market research only and is NOT a solicitation. The government will not reimburse any costs associated with preparing or submitting information. The intent is to identify potential sources, including small businesses, capable of meeting the stated objectives.