WRCTC Audio Video Solution (Camp Murray)

SOL #: FY26-12388591Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7N6 USPFO ACTIVITY WA ARNG
TACOMA, WA, 98430-5170, United States

Place of Performance

Camp Murray, WA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

Amplifiers (5996)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 23, 2026, 9:00 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.

Quick Summary

The Department of the Army, through the USPFO Activity WA ARNG, is soliciting proposals for a WRCTC Audio Video Solution at Camp Murray, WA. This opportunity, a Total Small Business Set-Aside, requires the design and installation of a multi-zone video media system to replace the existing setup in the WRCTC classroom. The system must support high-resolution video (minimum 4K) and high-fidelity surround sound, with capabilities for various media inputs and display across two zones. Proposals are due by March 23, 2026.

Scope of Work

The contractor will design and install a multi-zone video media solution capable of displaying HDMI, VGA, and DVI media across two zones simultaneously or independently. The system must include high-resolution video (at least 4K) and high-fidelity surround sound. Input from two PC systems (front and back of room) with a minimum of two HDMI and two USB inputs each is required. The goal is to optimize the space using large-format displays.

Key Requirements & Clarifications

  • Video: Replace existing projectors with native 4K resolution or better (technology at vendor discretion). Reuse existing projection screens (Front: 86Hx139W inches; Rear: 57Hx92W inches), which are electric and managed by a Crestron TSW-760 system. Install maximum size displays on side walls, avoiding windows, with articulating mounts desired. Side displays and projectors must operate independently across two zones.
  • Audio: Reuse and integrate 12 existing ceiling speakers. The system must support two audio zones. Instructor microphones should be wireless lapel style (at least two); student microphones are optional. Existing outdated audio technology must be considered.
  • Connectivity: Support for HDMI and USB inputs is required at the front and rear for web-based applications (MS Teams, Zoom). VGA and DVI support is not a negative if omitted. Cameras should be supported, but cameras themselves are not part of the bid.
  • Control: A wireless touch panel controller should be mounted on an existing podium.
  • Installation: Existing functional cabling can be repurposed. A design and installation plan is required, subject to facility management approval. One-time, on-site training and ongoing technical support are necessary.

Contract & Submission Details

This is a Combined Synopsis/Solicitation issued as a Request for Quotation (RFQ), implied to be Firm-Fixed-Price. An option for increased quantity (FAR 52.217-6) is included. Proposals must include pricing for all CLINS, a technical proposal, and past performance information (up to 5 projects, max 2 pages each). Joint ventures must submit specific representations.

Evaluation Criteria: Award will be based on a Best Value (Trade-off) process, considering Price, Technical Capability, and Past Performance (within 3 years). Innovation and advanced solutions are encouraged.

Response Due: March 23, 2026, at 21:00:00Z. Site Visit: A site visit was held on March 4, 2026, at 10:00 AM Pacific time. Attendance was encouraged but not required. Q&A: All questions were to be submitted in writing and answered by March 9, 2026. A final Q&A document (Amendment #5) was posted on March 11, 2026, and no additional questions will be fielded. Vendors must acknowledge receipt/inclusion of all information provided through Amendment #5 as part of their response.

Additional Notes

Vendors must be registered and active in SAM.gov. Invoices must be submitted electronically via Wide Area Workflow (WAWF). Pricing validity is extended to December 31, 2026.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
WRCTC Audio Video Solution (Camp Murray) | GovScope