Loading...
W50S8T-26-Q-AudioVisual
Response Deadline
May 20, 2026, 3:00 PM(CDT)21 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT SYNOPSIS
Notice Type: Sources Sought / Request for Information (RFI)
Title: Wing Conference Room Audio/Visual Modernization
Location: Will Rogers Air National Guard Base (WRANGB), Oklahoma
Potential NAICS Code(s): i.e., 541512 - Computer Systems Design Services or 334310 - Audio and Video Equipment Manufacturing
1.0 INTRODUCTION AND DISCLAIMER
This is a Sources Sought Synopsis conducted for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. This is NOT a solicitation for proposals, proposal abstracts, or quotations.
The purpose of this notice is to identify potential sources and solutions to include small businesses, capable of providing a comprehensive A/V modernization solution for the Wing Conference Room (WCR) at Will Rogers Air National Guard Base for classified switching for secure VTC. The Government will not reimburse any costs associated with the preparation or submission of information in response to this notice.
2.0 BACKGROUND & STATEMENT OF OBJECTIVES (SOO)
The Government is seeking a fully integrated, functional, and secure A/V solution that can instantly transition between Classified (Secret) and Unclassified Video Teleconference (VTC) and briefing modes.
Potential vendors must be capable of meeting the following Statement of Objectives:
I. Scope: Provide a solution that primarily utilizes existing Government Furnished Equipment (GFE), identifying and proposing any "minimum essential hardware/software upgrades" required.
II. Period and Place of Performance: Base Year plus two (2) Option Years at WRANGB, Oklahoma City, OK.
III. Performance Objectives:
Master Control & Seamless Transition: Centralized master controller allowing seamless one-touch transition between "Classified Mode" and "Unclassified Mode" without manual cable swapping.
Secure State Transitions (Red/Black Separation): Maintain strict physical/logical separation of data streams per AF and DISA STIGs. Verifiable disconnection of unclassified components during classified sessions, and vice versa.
Visual Situational Awareness: Automated, unambiguous visual indicators (e.g., signs, GUI banners) displaying 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.
IV. Operating Constraints:
Clearance: Personnel require a minimum SECRET security clearance for classified network integration.
Compliance: All new hardware must be DoDIN APL compliant.
Local Support: Must have local presence to meet the 1-hour critical response requirement.
3.0 REQUESTED INFORMATION (CAPABILITY STATEMENT)
Interested parties are requested to submit a Capability Statement demonstrating their ability to meet the objectives outlined above. Responses should be concise (no more than 5 pages) and include the following:
Required Information Description
Company Profile- Company Name, Address, CAGE Code, Unique Entity ID (UEI), and Point of Contact (Name, Phone, Email).
Business Size/Status- Specify business size and socio-economic status under the designated NAICS code (e.g., Large, Small, 8(a), SDVOSB, WOSB, HUBZone).
Technical Capability- A brief narrative demonstrating the vendor's technical approach and capability to achieve the SOO, particularly regarding Red/Black Red/Black separation, DoDIN APL compliance, and master control integration.
Past Performance- Examples of up to three (3) similar projects completed within the last five years, ideally within DoD/secure environments.
Contract Vehicles- List of any applicable Government-wide Acquisition Contracts (GWACs) or GSA Schedules the company currently holds.
Feedback on SOO- Any feedback, questions, or recommendations regarding the clarity or feasibility of the stated objectives.
4.0 SUBMISSION INSTRUCTIONS
All responses must be submitted via email to the Contracting Office points of contact listed below:
Contracting Officer: Ryan Moehle, Maj ryan.moehle@us.af.mil 405-686-5442
In email messages please use the subject line: "Sources Sought Response - WRANGB A/V Modernization - [Your Company Name]".
DEPT OF DEFENSE
DEPT OF THE ARMY
NATIONAL GUARD BUREAU
JFHQ USPFO OK
USPFO OK PROCUREMENT
W7NV USPFO ACTIVITY OKANG 137
W7NV USPFO ACTIVITY OKANG 137
KO FOR OKANG DO NOT DELETE
5901 AIR GUARD DR
OKLAHOMA CITY, OK, 73179-1051
NAICS
Computer Systems Design Services
PSC
IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)