Opportunity

SAM #36C77626Q0195

Audio Visual Console Upgrade for VA ILEAD Video Facility

Buyer

VA Patient Care Services

Posted

May 05, 2026

Respond By

May 12, 2026

Identifier

36C77626Q0195

NAICS

334310, 541512

The Department of Veterans Affairs is seeking vendors to upgrade the audio visual console at the VHA Institute of Learning, Education, and Development (ILEAD) Video Facility in St. Louis, MO. - Government Buyer: - Department of Veterans Affairs, Program Contracting Activity Central (PCAC), and VHA ILEAD Office - OEMs and Vendors: - The current system to be replaced is a Logitek Jetstream audio console - No specific OEMs for the new system are mandated, but requirements suggest compatibility with major broadcast audio console manufacturers - Products/Services Requested: - Replacement of the existing Logitek Jetstream audio console with a new 14-fader modular audio console system - Must feature IP connectivity, motorized faders, rotary controls, multifunction displays, metering, gain level controls, and full audio routing control - Must support AES67 and ST2110-30 standards and be compatible with VA Dell Z8/G4 desktop (Windows 11) - Power Core DSP Mixing Engine & Modular I/O (with 4 x 8 Channel I/O cards, 2 x GPIO cards, redundant media networks, multiple buses, and failover logic) - Audio-to-IP interface (part number: A__mic8) - Audio interfaces with MADI and RAVENNA/AES67 ports, ST2110-30 compliance, and redundant interfaces - I/O expansion cards for various audio connections (Mic/Line, Line, AES, GPIO, MADI, DANTE) - Professional services including: - System discovery and documentation - Design and integration services - Installation, decommissioning, commissioning, and testing - Onsite training for VA staff - Optional annual support agreement for technical, hardware, and software support - Unique or Notable Requirements: - System must be modular, support IP audio standards (AES67, ST2110-30), and provide redundancy and failover - Includes both equipment and comprehensive professional services (design, installation, training, and support) - Anticipated set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), subject to market research - All technical details and deliverables are specified in the Draft Performance Work Statement (PWS) - Place of Performance: - VHA ILEAD Video Facility, Jefferson Barracks Medical Center, Building 56, 1 Jefferson Barracks Drive, St. Louis, MO 63125

Description

Sources Sought Notice Sources Sought Notice Sources Sought Notice ILEAD Audio Visual Console Upgrade RFI: 36C77626Q0195

IMPORTANT: Please read this email notice in full BEFORE responding!

The Department of Veterans Affairs, Program Contracting Activity Central seeks vendors for the purpose of a near-future solicitation for an Audio Visual Console Upgrade for the VHA Institute of Learning, Education, and Development (ILEAD) Office.

The VA is conducting market research and is seeking written responses with information to assist with identifying potential sources that are interested in, and capable of, providing the supplies required. Please review the information contained herein and identify whether your company has the capability and interest to provide the supplies as described. Please see section titled SUBMITTAL OF RFI RESPONSE below for what information to include in your company s response.

Scope of Work

See attachment A: Draft Performance Work Statement (PWS).

Submittal of RFI Response If you believe you are capable of providing the required supplies, please provide a complete response no later than Tuesday May 12, 2026, at 1:00 PM (Eastern). A complete response satisfies the information requested below. All correspondence regarding this requirement shall reference the RFI number, 36C77626Q0195 and project title, iLEAD Audio Visual Console Upgrade, in the subject line of the email. No phone calls will be accepted. Responses should be emailed to Aimee Maxel (CS) at aimee.maxel@va.gov and Kristy Svendsen (CO) kristy.svendsen@va.gov.

The Government requests respondents provide the following information: Company Information: Name, Address, Point of Contact, GSA/MAS/SEWP Contract Number (if applicable), and SAM UEI Number. Company s Business Size and Status: Please provide your socio-economic size status, the number of years in business, affiliate information (parent company, potential teaming partners), and number of employees. Capabilities: The submittal shall provide the information necessary for the Government to determine the vendor is capable of providing the required supplies and/or services. Past Experience: Provide the following information on a maximum of three (3) similar projects completed within the last three (3) years for which the respondent was a prime contractor or subcontractor. Limit responses to no more than 20 pages in length, single spaced, 12-point font. Name, address, and dollar value of each project. Prime Contract Type (Firm Fixed Price, Time and Materials, etc.) Point of Contact information (name, phone, email) of the owner for each project. A brief description of each project (no more than a few paragraphs) and why it is relevant to this requirement, including difficulties and successes. Your company s role and services provided for each project. Completed VA Acquisition Regulation (VAAR) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (see attached certificate for completion).

Set-Aside Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Currently a total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms is anticipated based on the Veterans Administration [VA] requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if responses by SDVOSB firms prove inadequate, an alternate set-aside or full and open competition may be used.

Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer.

Product Description Document Comments The Government welcomes any comments or questions on the DRAFT PWS associated with this requirement. Please provide clear comments or questions and provide the page and section reference for each comment or question.

NAICS Code 334310 Audio and Video Equipment Manufacturing (Size standard in number of employees: 750). If you believe a different NAICS code is a better fit for this requirement, please provide this information.

Disclaimer This notice is for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offer will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined.

See Attachment A: DRAFT PWS See Attachment B: CAD Drawing See Attachment C: VAAR 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies. End of Document Additional Links:Department of Veterans Affairs Homepage

View original listing