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, specifically the W7N6 USPFO ACTIVITY WA ARNG, is seeking proposals for an Audio Video Solution at the WRCTC classroom in Camp Murray, WA. This Total Small Business Set-Aside opportunity requires the design and installation of a multi-zone video media system to replace the existing setup, capable of 4K resolution and high-fidelity surround sound. Proposals are due March 11, 2026.
Purpose & Scope
This Combined Synopsis/Solicitation (Request for Quotation - RFQ) aims to procure a comprehensive AV solution for the WRCTC classroom. The new system must support multi-zone video media, displaying HDMI, VGA, and DVI content across two zones simultaneously or independently. Key requirements include high-resolution video (minimum 4K native) and high-fidelity surround sound. The system must receive input from two PC systems (front and back of the room) with multiple HDMI and USB inputs. The end goal is to optimize the space using large-format displays and integrate existing equipment where specified.
Key Requirements & Deliverables
- System Design & Installation: Replace the current AV system with a multi-zone video media solution.
- Video Capabilities: Minimum 4K native resolution, capable of displaying HDMI, VGA, and DVI.
- Audio Capabilities: High-fidelity surround sound, integration of 12 existing ceiling speakers, and accommodation for wireless instructor and student microphones (microphones not part of bid).
- Input Sources: Two PC input sources (front and rear) with at least two HDMI and two USB inputs each.
- Displays: Utilize three existing projector screens (two front, one back) with specified dimensions (Front: 86Hx139W inches; Rear: 57Hx92W inches). Install largest practicable visual displays on two side walls with articulating mounts, avoiding windows. Existing projectors are to be replaced.
- Control: Wireless touch panel controller to be mounted on an existing podium, managing volume, input selection, and power.
- Infrastructure: Existing functional cabling can be repurposed. Lights can be removed for flush mounting side displays.
- Quality: Electronics must be commercial conference center/theater quality, technologically current, with one-time on-site training and ongoing technical support.
- Documentation: Design and installation plan required for facility management approval.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ) for commercial items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: 5996 (Amplifiers).
- Place of Performance: Camp Murray, WA 98430, United States.
- Contract Type: Implied Firm-Fixed-Price based on evaluation criteria.
- Option: Government may increase quantity within 365 days (FAR 52.217-6).
Submission & Evaluation
- Proposal Format: Must include pricing for all CLINS, a technical proposal, and past performance information (up to 5 projects, max 2 pages each). Joint ventures have specific representation requirements.
- Evaluation Criteria: Award will be based on Best Value (Trade-off), considering Price, Technical Capability, and Past Performance (within 3 years). Other factors include warranty, ease of use, compatibility, product quality, technology currency, and scheduled delivery/installation time.
- Eligibility: Vendors must be registered and active in SAM.gov at the time of quotation submission and award. Invoices via WAWF.
Key Dates & Site Visit
- Published Date: February 26, 2026.
- Site Visit: March 4, 2026, at 10:00 AM Pacific time. Highly encouraged but not required. Attendees must contact CSM Maria Lepe (maria.g.lepe2.mil@army.mil) by February 25, 2026, 1:00 PM for access.
- Questions Due: All questions must be submitted in writing to the Contracting Officer and will be answered by March 9, 2026.
- Proposal Due Date: March 11, 2026, at 21:00:00Z (5:00 PM Pacific Time).
Contact Information
- Primary Contact: Dennis Jutras (dennis.k.jutras.civ@army.mil, 509-532-2874).
- Secondary Contact: Saul Resendez (saul.resendez.civ@army.mil, 253-512-8304).