DEV MODE

Important Dates


Posted Date: 07/25/2025

Response Date: 08/20/2025

Archive Date: 09/04/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


Audio Video Equipment & Installation BLDG 3577, 3575

Solicitation Number:

W9127Q25QA011

Primary NAICS:

334310 - Audio and Video Equipment Manufacturing

Notice Type:

Combined Synopsis/Solicitation

Location:

Hattiesburg Mississippi 39401 USA

Set Aside:

SBA

Description


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as a supplemented additional information in the notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation number W9127Q25QA011 is being issued as a Request for Quotation (RFQ) with Open Market Pricing. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2024-05, Effective April 22, 2024, and the Defense Federal Acquisition Regulation (DFARS) Publication Notice (DPN) dated January 17, 2025. This requirement is a small business set aside under NAICS 334310 with a size standard of 750 Employees.
 

The MSARNG has a requirement for Audio Video Equipment and Installation brand name or equivalent brand name or equivalent. See Performance Work Statement for the full scope of work.
 

***********Country of Origin must be listed for each item**************

CLIN 0001-Building 3577, Maneuver Senior Leaders Course (Classrooms 1-4)


75' Diagonal Class LED‐backlit LCD display ‐ digital signage ‐4K UHD (2160p) 3840 x 2160 ‐ direct‐lit LED QTY 8 (2 per classroom × 4 classrooms)


Mounting kit (tilt wall mount, 2 interface brackets) ‐ for flat panel ‐ black ‐ screen size: 55'‐82' ‐ mounting interface: 100 x 100 mm ‐ wall‐mountable. QTY 8


ScreenBeam 1100 Plus ‐ Wireless video/audio extender ‐ Wi‐Fi 5 QTY 4


4 port HDMI Pass Through Wall Plate ‐ Mounting plate ‐ HDMI ‐ white QTY 4


1x4 4K HDMI Distribution Amplifier with Audio De‐Embedding/Down Conversion QTY 4


USB Wall Mount ‐ Surge protector ‐ output connectors: 6 QTY 4


18Gb 4K High Speed HDMI Cable with ProGrip ‐ High Speed ‐ HDMI cable with Ethernet ‐ HDMI male to HDMI male ‐ 75 ft ‐ triple shielded –jet black ‐ 4K support, active QTY 8


HDMI cable with Ethernet ‐ HDMI male to HDMI male ‐ 15 ft ‐ triple shielded ‐ black ‐ molded, 4K support, Dolby TrueHD support, supports 21:9 cinema aspect ratio QTY 8


4k webcam ‐ wideview QTY 4

CLIN 0002 – Building 3577, RTI Auditorium


4k Livestream Camera, USB connection, Facebook Compatible QTY 1


Mount, Under-projector QTY 1


USB extender, 200 Feet QTY 1

CLIN 0003 – Building 3575, CFDIC Classroom

75' Diagonal Class LED‐backlit LCD display ‐ digital signage ‐4K UHD (2160p) 3840 x 2160 ‐ direct‐lit LED QTY 3


Mounting kit (tilt wall mount, 2 interface brackets) ‐ for flat panel ‐ black ‐ screen size: 55'‐82' ‐ mounting interface: 100 x 100 mm ‐ wall‐mountable QTY 3


Chief Proximity Component Storage Slide‐Lock Panel For AV Systems ‐ Black ‐ Mounting component (Lever Lock plate, component storage slide‐lock panel) ‐ for AV System ‐ black ‐ wall‐mountable, behind flat‐panel QTY 1


Speakers ‐ 25 Watt ‐ 2‐way ‐ coaxial ‐ black, RAL 9005 QTY 2


Mono 70/100 V Amplifier ‐ 60 Watts QTY 1


Switch ‐ unmanaged ‐ 4 x 10/100/1000 (PoE) + 4 x 10/100/1000 ‐ desktop, wall‐mountable ‐ PoE (53 W) ‐ DC power QTY 1


Decorative Style Cutout Single Gang Wall Plate ‐ White ‐ Mounting plate ‐ white QTY 1


HDMI Pass Through Wall Plate ‐ Mounting plate ‐ HDMI ‐ white QTY 1


1x3 4K HDMI Distribution Amplifier with Audio De‐Embedding/Down Conversion QTY 1


USB Wall Mount ‐ Surge protector ‐ output connectors: 6 QTY 3


18Gb 4K High Speed HDMI Cable with ProGrip ‐ High Speed ‐ HDMI cable with Ethernet ‐ HDMI male to HDMI male ‐ 75 ft ‐ triple shielded –jet black ‐ 4K support, active QTY 3


HDMI cable with Ethernet ‐ HDMI male to HDMI male ‐ 15 ft ‐ triple shielded ‐ black ‐ molded, 4K support, Dolby TrueHD support, supports 21:9 cinema aspect ratio QTY 3


High Speed ‐ HDMI cable with Ethernet ‐ HDMI male to HDMI male ‐ 9 ft ‐ triple shielded ‐ jet black ‐ molded, 4K support, Dolby TrueHD support, supports 21:9 cinema aspect ratio QTY 3


HDMI cable with Ethernet ‐ HDMI male to HDMI male ‐ 15 ft ‐ triple shielded ‐ black ‐ molded, 4K support, active, Dolby TrueHD
support, supports 21:9 cinema aspect ratio QTY 3


2 Conductor Shielded Mic Cable 500 Feet Black QTY 2


16G Speaker Wire PLENUM 500' QTY 1


Audio cable ‐ stereo mini jack male to RCA male ‐ 6 ft ‐ shielded ‐ black QTY 1


D‐SUB Termination System Female DB9 QTY 1


D‐SUB Termination System Male DB9 QTY 1


D‐SUB Termination Hood QTY 1


8.5mm RJ45 Colored Boot QTY 25


RJ45 Cat6A 10Gig Shielded Connector Bag of 50 QTY 1

1.5' LATCHING DUCT EL WHITE 8' QTY 6


COUPLER FITTING FOR USE WITH LD10 RACEWAY White  QTY 3


90 degree piece WHITE QTY 3

CLIN 0004- Installation

Contractor/Offeror will provide all necessary installation and configuration of all commercial-grade A/V equipment listed in above CLIN’s.

Scope of Installation

  • Supervision & Labor: Contractor/Offeror will provide all supervision, installation labor, equipment, material, and supplies necessary for the installation of listed AV components in Buildings 3577 and 3575.
  • Mounting: Contractor/Offeror will securely mount all commercial-grade displays, cameras, speakers, and other hardware per manufacturer guidelines and industry best practices, ensuring structural integrity and aesthetics.
  • Wiring & Cabling: Contractor/Offeror will run and terminate all power, signal, and data cables with neat, concealed routing where feasible (including in-wall and raceways).
  • System Configuration: Contractor/Offeror will configure AV equipment including display settings, audio levels, HDMI distribution, wireless extender setup, and network connectivity.
  • Control System Programming: Contractor/Offeror will program control interfaces where applicable to enable intuitive operation of AV systems.
  • Testing & Commissioning: Contractor/Offeror will conduct comprehensive testing of all components and full system to verify functionality and performance.
  • Site Preparation: Site preparation, such as patching walls or conduit installation, is the responsibility of the government unless otherwise specified.
  • Power Requirements: The government will verify adequate power supply and install necessary power distribution units (PDUs).
  • Network Coordination: Collaborate with the government’s IT department to ensure proper network configuration and connectivity.
  • Clean-up: Contractor/Offeror will remove all packaging, debris, and equipment-related waste, leaving installation sites clean and operational.

  Project Timeline

  • The Contractor/Offeror should ensure all commercial grade A/V equipment is on ground with appropriate installation labor to install said equipment with a target completion date of no later than September 30th, 2025.

Place of Performance:

Camp Shelby Joint Forces Training Center

Building 3500 RTI Headquarters

Hattiesburg/Camp Shelby, MS

Delivery: FOB Destination NLT September 30, 2025

Basis of Award: The government intends to award a purchase order to the responsible offerer whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106 and is based on Best Value to the Government in terms of (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past Performance History. Technical shall be weighted higher than price.

To ensure timely and equitable evaluation of quotes, offerers must comply with instructions contained herein. Quotes must be complete, self sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) Price quote to include itemized description of what is included in the quote (2) detailed specifications and product literature that sufficiently describe the product(s) being offered. (3) Lead time for delivery. Must include pictures. Note: Quotes submitted without detailed product information and/or only restate the government provided specification will not be considered acceptable and shall be removed from 
further consideration.


This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price offers will be evaluated. Along with your quote, please provide the country of origin for the products quoted, the Company Name with CAGE Code, TIN, UEI and Company POC with contact information (email and telephone number). Prompt payment discount terms (i.e. Net 30).


SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online go to http://www.sam.gov.


It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquisition.gov/. 


Please see attached listing of Clauses and Provisions.

Site Visit:

A site (IS NOT MANDATORY BUT STRONGLY ENCOURAGED) will be conducted August 7, 2025 at 10:30 AM (CST) at 2500 Jackson Ave, Hattiesburg, MS 39401. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless solicitation is amended in writing. If an amendment is issued, normal procedure relating to the acknowledgment and receipt of solicitation amendments shall apply.

Deadline for receipt of your quote is established for no later than 2:00 P.M. Central Daylight 
Time (CDT), Wednesday, August 20, 2025. Please email quote to reginald.m.clark.civ@army.mil and laurie.c.morris3.civ@army.mil.

All questions concerning this requirement must be submitted by Wednesday, August 12, 2025, at 1:00 PM CDT. Questions will be answered via an amendment to this solicitation.

Questions are to be submitted electronically to reginald.m.clark.civ@army.mil and 
laurie.c.morris3.civ@army.mii.

Please ensure the solicitation number "W9127Q25QA011 - Audio Video Equipment and Installation BLDG 3575, 3577" is included in the subject line of all email correspondence.

Contact Information


Reggie Clark

Phone: (601) 313-1565

Send Email


Laurie C. Morris

Phone: (601) 313-1565

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?