WRCTC Audio Video Solution (Camp Murray)
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 Army is seeking proposals for a Total Small Business Set-Aside contract to design and install a multi-zone Audio Video (AV) Solution for the WRCTC classroom at Camp Murray, WA. This combined synopsis/solicitation (RFQ) aims to replace the existing system with a technologically current solution capable of 4K video and high-fidelity surround sound. Proposals are due March 11, 2026.
Scope of Work
The contractor will be responsible for providing all personnel, materials, supervision, and services to deliver a comprehensive AV solution. Key requirements include:
- System Design: Replace the current AV system with a multi-zone video media solution.
- Video Capabilities: Display HDMI, VGA, and DVI media across two zones simultaneously or independently, with a minimum of 4K resolution.
- Audio Capabilities: High-fidelity surround sound, integration with existing ceiling speakers, and accommodation for instructor/portable microphones (microphone system not part of this solicitation).
- Input Sources: Receive input from two PC systems (front and back of room), each with a minimum of two HDMI and two USB inputs.
- Displays: Utilize three existing projectors/screens and install the largest practicable visual displays on the two side walls. Visual aids (e.g., classroom layout, equipment rack images) are provided for context.
- Control: Implement a control unit (preferably wireless) for managing volume, input selection, and power.
- Quality: Electronics must be commensurate with a commercial conference center/theater environment and technologically current.
- Support: Provide one-time, on-site training and ongoing technical support.
- Documentation: Submit a design and installation plan for facility management approval.
Contract Details & Submission
- Contract Type: Implied Firm-Fixed-Price for commercial items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Camp Murray, WA.
- Submission Requirements: Proposals must include pricing for all CLINS, a technical proposal detailing the proposed solution (including product brand/model information), and past performance information (up to 5 projects, max 2 pages each). Product literature or web-links are encouraged. Vendors must be registered and active in SAM.gov.
Evaluation Criteria
Award will be made using a Best Value (Trade-off) process, considering Price, Technical Capability, and Past Performance (within 3 years). Other factors include warranty, ease of use/functionality, compatibility with future products, quality of products, currency of technology, and scheduled delivery/installation time. The Contracting Officer has broad discretion.
Key Dates & Contacts
- Site Visit RSVP Deadline: February 25, 2026, 1:00 PM Pacific (contact CSM Maria Lepe at maria.g.lepe2.mil@army.mil).
- Site Visit: March 4, 2026, 10:00 AM Pacific (highly encouraged, not required).
- Questions Due: In writing to the Contracting Officer, answered by March 9, 2026.
- Proposals Due: March 11, 2026, 2:00 PM Pacific.
- Primary Contact: Dennis Jutras (dennis.k.jutras.civ@army.mil, 509-532-2874).