SOLICITATION NOTICE
W -- Audio and Visual Services for Operational Executive Skills (OES) Course
- Notice Date
- 2/11/2026 5:33:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- FA8003 771 ENTERPRISE SOURCING SQ WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA800326Q0003
- Response Due
- 2/18/2026 8:00:00 AM
- Archive Date
- 02/18/2026
- Point of Contact
- Samantha Durlauf, Luke Tiffany
- E-Mail Address
-
samantha.durlauf@us.af.mil, luke.tiffany@us.af.mil
(samantha.durlauf@us.af.mil, luke.tiffany@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Audio and Visual Services for Operational Executive Skills Course 771 Enterprise Sourcing Squadron Wright Patterson AFB, OH 45433 Date: 10 February 2026 Title: Audio Visual Rental for Operational Executive Skills (OES) Course Request for Quote (RFQ) / Solicitation Number: FA800326Q0003 Closing Response Date: 18 February 2026 at 11:00 AM Contact Point(s): SSgt Luke Tiffany, Contract Specialist Email: luke.tiffany@us.af.mil Contact Point(s): Capt Samantha Durlauf, Contracting Officer Email: samantha.durlauf@us.af.mil 1. Description: Audio and Visual (AV) Equipment and Support Services at The Falls Church Marriott Fairview Park located at 3111 Fairview Park Dr, Falls Church, VA 22042. The dates of the FY26 event will be held 1-6 March 2025. Fiscal Year 2026 objective will complete audio visual equipment and support for the OES Course for approximately 350+ attendees. Seven (7) handheld wireless microphones/speakers; seven (7) lapel wireless microphones with two floor stands and sound system, which can be used for the duration of the event with minimal recharging required during breaks in use; three (3) medium and six (6) small/medium projection surfaces and projectors with HDMI connector (government owned laptop(s) to be used for presentations). Projectors should connect with sound system so that audience may hear both video and microphone sound. Technician(s) to set up, maintain, and strike equipment needed for services. AV technical support should be on hand in case of malfunction. AV Equipment needs to be in place the afternoon of Sunday, 1 March 2026 and equipment strike-down must be complete no later than Friday, 6 March 2026. The course will run 0800-1700 Monday - Friday. Equipment list Qty Video/Monitor Package: Medium projection surfaces 3 Projectors 3 Small/medium projection surfaces 6 Small projectors 6 Audio Package: Handheld wireless microphones 7 Lapel wireless microphones 7 Power cords/power strip extensions 7 floor stands /sound system 2 HDMI connector 3 Labor: Technician(s) to Set/Strike/Delivery 1 Technician Support to Sustain Functions during Event 1 This requirement shall be a Small Business set-aside: under NAICS 532490 with a size standard of $40.0M. The selected PSC is (W099). The Department of the Air Force, Air Force Installation Contracting Center (AFICC), 771 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of the Aerospace Medicine Conference Support per the attached Statement of Objective (SOO). 2. Period of Performance: The Period of Performance (POP) is for six (6) day period of performance. The entire period of performance for this contract action shall not exceed six (6) days. Estimated Schedule POP Start 1 March 2026 POP End 6 March 2026 Base Period 3. Questions: The Government will accept questions concerning solicitation number FA800326Q0003 until 16 February 2026 at 03:00 PM EST. Email your questions to luke.tiffany@us.af.mil and samantha.durlauf@us.af.mil. Any questions received after this date and time need not be considered. 4. Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist, SSgt Luke Tiffany, via e-mail at luke.tiffany@us.af.mil and Contracting Officer, Capt Samantha Durlauf at samantha.durlauf@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 18 February 2026 at 11:00 AM EST. It is the responsibility of the offeror to ensure that the quotes and its attachments are received. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of all CLINS on Pricing Schedule B. All quotes shall conform to the Contract Line Item Number (CLIN) structure of the attached Pricing Schedule B. 5. Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse Vendors for any costs. Respondent understands and agrees that it submits its quote at its own risk and expense, and releases 771 ESS/EGA from any claim for damages or other liability arising out of the posting process. 771 ESS/EGA shall not be liable for any errors in Vendor's response. Vendor is responsible for careful review of its entire response to ensure that all information is correct and complete. Vendors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 771 ESS/EGA and shall not be returned. 6. Period of Acceptance of Quotes: The Vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of offers. 7. Wide Area Work Flow (WAWF): Include in the quote that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. 8. SAM Registration: Firms submitting a quote subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov | Home . List of Attachments: 1) Statement of Objective 2) Pricing Schedule B 3) Provisions and Clauses; Instructions to Offerors; Eval Criteria 4) Wage Determination WD 2015-4281 (Rev. 30) dated 03 Dec 25
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f91721b932ab41b98da5a9177d97c7e9/view)
- Place of Performance
- Address: Falls Church, VA 22042, USA
- Zip Code: 22042
- Country: USA
- Zip Code: 22042
- Record
- SN07712918-F 20260213/260211230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |