MARKET SURVEY
REQUEST FOR INFORMATION (RFI)
CUSTOM AUDIO-VISUAL & VIDEO TELE-CONFERENCING (VTC) PROJECT
FOR THE FEDERAL AVIATION ADMINISTRATION (FAA) COMMAND AND CONTROL COMMUNICATIONS (C3) DIVISION
The Federal Aviation Administration (FAA) is seeking interested parties to provide Audio-Visual (A/V) & Video Tele-Conferencing Technology which include equipment, design functionality, installation, and maintenance for the Washington Operations Center Complex (WOCC) and Management Operations Center (MOC).
The purpose of this market survey is to (a) ascertain if there are capable interested parties from all business sizes and (b) to invite those interested to share with the FAA options to best meet the needs of the Agency requirement cited below.
MARKET SURVEY
REQUEST FOR INFORMATION (RFI)
CUSTOM AUDIO-VISUAL & VIDEO TELE-CONFERENCING (VTC) PROJECT
FOR THE FEDERAL AVIATION ADMINISTRATION (FAA) COMMAND AND CONTROL COMMUNICATIONS (C3) DIVISION
The Federal Aviation Administration (FAA) is seeking interested parties to provide Audio-Visual (A/V) & Video Tele-Conferencing Technology which include equipment, design functionality, installation, and maintenance for the Washington Operations Center Complex (WOCC) and Management Operations Center (MOC).
The purpose of this market survey is to (a) ascertain if there are capable interested parties from all business sizes and (b) to invite those interested to share with the FAA options to best meet the needs of the Agency requirement cited below.
The Requirements:
- General:
-
- The desired solution will span three adjacent rooms: the WOCC, the LAN room, and the MOC. The LAN room contains computers that provide eight (8) sources for streams (windows in which applications are running and displaying data in real-time), whereas the WOCC and MOC both contain multiple sources and displays each.
-
- The desired solution shall connect assets in all three rooms.
-
- The WOCC and the LAN room are certified for Open SECRET storage. The MOC is a multimedia conference room that can operate at either the SECRET or UNCLASSIFIED levels depending upon the immediate needs of the FAA senior leadership.
-
- The desired solution shall be UNCLASSIFIED and shall be separate from the existing Secure Video Teleconferencing (SVTC) equipment in the MOC.
-
- All equipment included in the solution shall meet requirements for use in a classified environment and are subject to approval by our security personnel. Microphones and wireless technologies should only be included, if necessary, should default to a non-transmitting state (e.g. push to talk, etc.), and should be quickly and easily disabled as needed. This is particularly true in the MOC, which is a dual-use space and where all the UNCLASS equipment must be turned off/disabled before activating the SVTC equipment.
-
- Workstations on the Government’s unclassified network (henceforth referred to as GFE workstations) shall serve as both sources and displays for the desired solution. There are currently nineteen (19) GFE workstations and they are located within the WOC. The FAA makes extensive use of both Microsoft Teams and Zoom. The solution shall support the use of both applications.
-
- Multiple HDMI connections located in the MOC shall serve to attach sources and displays (usually Government furnished laptops).
-
- Unless specified as “existing” the equipment necessary to make the solution function is to be provided as part of the solution when it is procured. The “existing” equipment is:
- The DirectTV boxes
- The Secure Virtual Teleconferencing (SVTC) system
- The two DTEN 75” devices (these are touch screens with integrated cameras, microphones, and speakers and will require bi-directional communications)
- The conference table interface boxes
- GFE workstations
- WOCC and LAN room
-
- The desired solution shall accept input from the following sources
- Live TV feeds from the existing DirectTV boxes
- All GFE workstations (currently there are nineteen) shall be able to share their screens/windows
- Eight (8) other A/V data sources that should be located in the LAN room. We are imagining something like eight workstations, with multiple windows open logged into websites and applications of interest, and whose screens could then be selected as sources. This is an area where vendor innovation is welcomed. The LAN room is on the same Government network as the workstations in the WOCC.
-
- The desired solution tentatively should output to the following devices in the WCOC. Note that the Government is open to alternative designs using a different number, type (output only, or bi-directional screens with input capabilities), and/or arrangement of devices.
- Wall display screens (video)
- North Wall: From Left-to-Right: 85”, 85”, 85”, 85”
- South Wall: From Left-to-Right: 55”, 55” (in chevrons area), 43”, 43”, 55”, 55”, 55”, 55”, 85”
- East Wall: 55”, 55” Displays
- West Wall: 43”
- The five 85” displays should support the ability to quad (i.e. up to four separate windows) the displays.
- All display screens shall meet requirements for use in a classified environment and are subject to approval by our security personnel.
- All GFE workstations shall be able to display streams in a window and shall be able to display multiple such streams (each in a separate window) at the same time.
- Audio
- Full room audio with selectable source audio (speakers to be provided as part of the solution)
- 4 Hyper sound directional speakers for focused audio installed over 4 designated GFE workstations (speakers to be provided as part of the solution).
- The output devices (audio and visual) in the WOCC shall be fully interoperable with all of the sources in any of the three rooms (WOC, LAN room, and MOC).
-
- The desired solution shall accept control input from system control panels located at 3 designated locations throughout the WOCC
- These panels shall be able to select any of the sources from the WOCC, LAN room, or MOC for display on any output (audio and visual) in the WOC.
- MOC
-
- The desired solution shall remain separate from the existing SVTC System in the MOC (reiterating the point made in 1.d above)
-
- The desired solution shall allow for the complete shutdown of all elements within the MOC when that space is being used for secure meetings.
-
- The desired solution shall accept input from the following sources
- Live TV feeds from the existing DirectTV boxes
- 1 HDMI input in the podium to support presentation content source
- Multiple HDMI inputs in the existing conference table interface boxes to support presentation content sources (I.E. GFE laptops) throughout the MOC.
- DTEN 75” devices.
-
- The desired solution tentatively should output to the following devices in the MOC. Note that the Government is open to alternative designs using a different number, types (output only, or bi-directional devices with input capabilities), and/or arrangement of devices. The Government does wish to make use of the existing DTEN 75” devices but is open to a design using only one and keeping the second as a spare.
- Two existing DTEN 75” devices shall remain on the north wall
- Two 85” displays (one each on east and west walls)
- The 85” displays shall support the ability to quad (four sources on the same screen) the displays.
- Eight 43” displays mounted on either side of the 85” displays (4 on each wall)
- Full room audio with selectable source audio (speakers to be provided as part of the solution)
- Allow for the room audio system to be connected to the existing DTEN 75” devices to support full room audio during Zoom\Teams Meetings.
- All display screens must meet requirements for use in a classified environment and are subject to approval by our security personnel.
- The output devices (audio and visual) in the MOC shall be fully interoperable with all of the sources in any of the three rooms (WOC, LAN room, and MOC).
-
- The desired solution shall accept control input from system control panels located at two designated locations in the MOC.
- These panels shall be able to select any of the sources from the WOCC, LAN room, or MOC for display on any output (audio and visual) in the WOC.
- Things that are important enough to state/restate in plain language
-
- Flexibility of sources and displays is important to us. The staff in the WOCC need to be able to stream data from any source to any of their screens, and likewise presenters in the MOC need to be able to show the executives any source from any of the three rooms on any of the displays in that room.
-
- Flexibility of content is important to us. Ideally the solution is format agnostic, allowing for any kind of audio/visual data to be streamed from the designated sources to the designated outputs.
-
- Security is important to us. The spaces in question are all certified for processing classified information. Please specify the make and model of any hardware that would be included in a solution so that we may run it past our security personnel for approval as early in the process as possible. Likewise, if our requirements are no longer compatible with what is available on the market (“Sorry, all commercially available 85” flatscreens ship with wi-fi, Bluetooth, microphones, and have Skynet pre-installed”) please let us know and perhaps suggest alternatives.
-
- Security is important to us (again). The unclassified networks to which the GFE workstations and laptops belong have their own security requirements and this solution will need to be incorporated into a FISMA system boundary. Please describe how that the communications with the GFE computers will be completed and what software will be involved so that we can start laying the groundwork for the security compliance piece as early in the procurement cycle as possible.
-
- Related to the previous point, please let us know whether your solution can integrate with third party Privilege Session Management solutions so that we can remotely, and securely, allow for remote management and maintenance of the equipment by our internal technical support personnel.
-
- Ease of use is important to us. The WOCC and the MOC are operational environments used to inform Agency Senior Leadership when responding to emergencies and other high-stakes events. These are high pressure environments and the easier it is to use the equipment the better.
-
- Technical Support is important to us. Any procurement action is very likely to include an on-site support contract. Please include a description of the available options in this regard.
-
- Scalability is important to us. Requirements seem to only increase with time, so the ability to add new sources or new displays later is desirable.
Respondents must provide the FAA with the following:
A brief statement (20 pages maximum) demonstrating their capability to provide the technology cited above. If needed, the interested parties can schedule a site visit to the locations above before their submission. Email the Contracting Officer listed below for a date and time. Scheduling will not be done via phone calls.
Respondents must provide the following business Information for their company:
1. Company Name:
2. Company Authorized Representative for this Survey:
3. Company Rep. Telephone / Fax numbers:
4. Company Address:
5. Company CAGE CODE:
6. Unique Entity Identifier (UEI) SAM.GOV:
8. Company Web Address:
9. Is Company American or Foreign Owned?
10. Identify whether the Small Business Administration has determined that your firm is an eligible Socio/Economically Disadvantaged Business (SEDB (8(a)), Alaska Native Corporation (ANC), Indian tribe, or Native Hawaiian Organization, Service-Disabled Veterans Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Women-Owned Small Business (WOSB), or an Economically Women Disadvantaged Small Business (EDWOSB)
Respondents are encouraged to identify a representative to support further FAA inquiries and requests for clarifications of the information provided. Respondents are encouraged to indicate which portions of their response are proprietary and should mark them accordingly.
Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable.
The principal North American Industry Classification System (NAICS) code for this effort is 334290, “Other Communications Equipment Manufacturing”, with a size standard in number of employees of 800.
All responses to this market survey must be received by May 10, 2025. All responses must be submitted via email to:
Federal Aviation Administration
ATTN: Elisa Brown, FAA Contracting Officer, AAQ-450
800 Independence Avenue, SW
Washington, DC 20591
Elisa.Brown@faa.gov
(202) 267-3610
At this time, the nature of the competition has not been determined. If the FAA decides to pursue this acquisition, the responses to this market survey will help determine whether or not the Agency will do an open competition or to set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's § 8(a) Program or a single source or tiered competition.
This is a market survey. This is not a Screening Information Request (SIR) or a Request For Proposals (RFP) of any kind. This RFI is for information purposes only, and if a Screening Information Request (SIR) or an award result from this market survey an announcement will be posted on SAM.gov. The names of the interested parties to this market survey will not be published.
The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense.
Only respondents to this market survey will receive the resultant Screening Information Request (SIR) if issued.
Respondents seeking to protect intellectual property and/or confidential/proprietary information submitted in response to this announcement must clearly mark such intellectual property and or confidential and proprietary information. If such information is not so marked, the FAA will not accept liability for failure to safeguard it against open disclosure and may release the information at its sole choosing.
If a Respondent wishes to restrict the response information, the Respondent must mark each sheet with the following legend:
“This data must not be disclosed outside the FAA and must not be duplicated, used, or disclosed in whole or in part for any purpose other than to assess the response. This restriction does not limit the FAA’s right to use information contained in the response if obtained from another source without restriction.”
MARKET SURVEY
REQUEST FOR INFORMATION (RFI)
CUSTOM AUDIO-VISUAL & VIDEO TELE-CONFERENCING (VTC) PROJECT
FOR THE FEDERAL AVIATION ADMINISTRATION (FAA) COMMAND AND CONTROL COMMUNICATIONS (C3) DIVISION
The Federal Aviation Administration (FAA) is seeking interested parties to provide Audio-Visual (A/V) & Video Tele-Conferencing Technology which include equipment, design functionality, installation, and maintenance for the Washington Operations Center Complex (WOCC) and Management Operations Center (MOC).
The purpose of this market survey is to (a) ascertain if there are capable interested parties from all business sizes and (b) to invite those interested to share with the FAA options to best meet the needs of the Agency requirement cited below.
The Requirements:
- General:
-
- The desired solution will span three adjacent rooms: the WOCC, the LAN room, and the MOC. The LAN room contains computers that provide eight (8) sources for streams (windows in which applications are running and displaying data in real-time), whereas the WOCC and MOC both contain multiple sources and displays each.
-
- The desired solution shall connect assets in all three rooms.
-
- The WOCC and the LAN room are certified for Open SECRET storage. The MOC is a multimedia conference room that can operate at either the SECRET or UNCLASSIFIED levels depending upon the immediate needs of the FAA senior leadership.
-
- The desired solution shall be UNCLASSIFIED and shall be separate from the existing Secure Video Teleconferencing (SVTC) equipment in the MOC.
-
- All equipment included in the solution shall meet requirements for use in a classified environment and are subject to approval by our security personnel. Microphones and wireless technologies should only be included, if necessary, should default to a non-transmitting state (e.g. push to talk, etc.), and should be quickly and easily disabled as needed. This is particularly true in the MOC, which is a dual-use space and where all the UNCLASS equipment must be turned off/disabled before activating the SVTC equipment.
-
- Workstations on the Government’s unclassified network (henceforth referred to as GFE workstations) shall serve as both sources and displays for the desired solution. There are currently nineteen (19) GFE workstations and they are located within the WOC. The FAA makes extensive use of both Microsoft Teams and Zoom. The solution shall support the use of both applications.
-
- Multiple HDMI connections located in the MOC shall serve to attach sources and displays (usually Government furnished laptops).
-
- Unless specified as “existing” the equipment necessary to make the solution function is to be provided as part of the solution when it is procured. The “existing” equipment is:
- The DirectTV boxes
- The Secure Virtual Teleconferencing (SVTC) system
- The two DTEN 75” devices (these are touch screens with integrated cameras, microphones, and speakers and will require bi-directional communications)
- The conference table interface boxes
- GFE workstations
- WOCC and LAN room
-
- The desired solution shall accept input from the following sources
- Live TV feeds from the existing DirectTV boxes
- All GFE workstations (currently there are nineteen) shall be able to share their screens/windows
- Eight (8) other A/V data sources that should be located in the LAN room. We are imagining something like eight workstations, with multiple windows open logged into websites and applications of interest, and whose screens could then be selected as sources. This is an area where vendor innovation is welcomed. The LAN room is on the same Government network as the workstations in the WOCC.
-
- The desired solution tentatively should output to the following devices in the WCOC. Note that the Government is open to alternative designs using a different number, type (output only, or bi-directional screens with input capabilities), and/or arrangement of devices.
- Wall display screens (video)
- North Wall: From Left-to-Right: 85”, 85”, 85”, 85”
- South Wall: From Left-to-Right: 55”, 55” (in chevrons area), 43”, 43”, 55”, 55”, 55”, 55”, 85”
- East Wall: 55”, 55” Displays
- West Wall: 43”
- The five 85” displays should support the ability to quad (i.e. up to four separate windows) the displays.
- All display screens shall meet requirements for use in a classified environment and are subject to approval by our security personnel.
- All GFE workstations shall be able to display streams in a window and shall be able to display multiple such streams (each in a separate window) at the same time.
- Audio
- Full room audio with selectable source audio (speakers to be provided as part of the solution)
- 4 Hyper sound directional speakers for focused audio installed over 4 designated GFE workstations (speakers to be provided as part of the solution).
- The output devices (audio and visual) in the WOCC shall be fully interoperable with all of the sources in any of the three rooms (WOC, LAN room, and MOC).
-
- The desired solution shall accept control input from system control panels located at 3 designated locations throughout the WOCC
- These panels shall be able to select any of the sources from the WOCC, LAN room, or MOC for display on any output (audio and visual) in the WOC.
- MOC
-
- The desired solution shall remain separate from the existing SVTC System in the MOC (reiterating the point made in 1.d above)
-
- The desired solution shall allow for the complete shutdown of all elements within the MOC when that space is being used for secure meetings.
-
- The desired solution shall accept input from the following sources
- Live TV feeds from the existing DirectTV boxes
- 1 HDMI input in the podium to support presentation content source
- Multiple HDMI inputs in the existing conference table interface boxes to support presentation content sources (I.E. GFE laptops) throughout the MOC.
- DTEN 75” devices.
-
- The desired solution tentatively should output to the following devices in the MOC. Note that the Government is open to alternative designs using a different number, types (output only, or bi-directional devices with input capabilities), and/or arrangement of devices. The Government does wish to make use of the existing DTEN 75” devices but is open to a design using only one and keeping the second as a spare.
- Two existing DTEN 75” devices shall remain on the north wall
- Two 85” displays (one each on east and west walls)
- The 85” displays shall support the ability to quad (four sources on the same screen) the displays.
- Eight 43” displays mounted on either side of the 85” displays (4 on each wall)
- Full room audio with selectable source audio (speakers to be provided as part of the solution)
- Allow for the room audio system to be connected to the existing DTEN 75” devices to support full room audio during Zoom\Teams Meetings.
- All display screens must meet requirements for use in a classified environment and are subject to approval by our security personnel.
- The output devices (audio and visual) in the MOC shall be fully interoperable with all of the sources in any of the three rooms (WOC, LAN room, and MOC).
-
- The desired solution shall accept control input from system control panels located at two designated locations in the MOC.
- These panels shall be able to select any of the sources from the WOCC, LAN room, or MOC for display on any output (audio and visual) in the WOC.
- Things that are important enough to state/restate in plain language
-
- Flexibility of sources and displays is important to us. The staff in the WOCC need to be able to stream data from any source to any of their screens, and likewise presenters in the MOC need to be able to show the executives any source from any of the three rooms on any of the displays in that room.
-
- Flexibility of content is important to us. Ideally the solution is format agnostic, allowing for any kind of audio/visual data to be streamed from the designated sources to the designated outputs.
-
- Security is important to us. The spaces in question are all certified for processing classified information. Please specify the make and model of any hardware that would be included in a solution so that we may run it past our security personnel for approval as early in the process as possible. Likewise, if our requirements are no longer compatible with what is available on the market (“Sorry, all commercially available 85” flatscreens ship with wi-fi, Bluetooth, microphones, and have Skynet pre-installed”) please let us know and perhaps suggest alternatives.
-
- Security is important to us (again). The unclassified networks to which the GFE workstations and laptops belong have their own security requirements and this solution will need to be incorporated into a FISMA system boundary. Please describe how that the communications with the GFE computers will be completed and what software will be involved so that we can start laying the groundwork for the security compliance piece as early in the procurement cycle as possible.
-
- Related to the previous point, please let us know whether your solution can integrate with third party Privilege Session Management solutions so that we can remotely, and securely, allow for remote management and maintenance of the equipment by our internal technical support personnel.
-
- Ease of use is important to us. The WOCC and the MOC are operational environments used to inform Agency Senior Leadership when responding to emergencies and other high-stakes events. These are high pressure environments and the easier it is to use the equipment the better.
-
- Technical Support is important to us. Any procurement action is very likely to include an on-site support contract. Please include a description of the available options in this regard.
-
- Scalability is important to us. Requirements seem to only increase with time, so the ability to add new sources or new displays later is desirable.
Respondents must provide the FAA with the following:
A brief statement (20 pages maximum) demonstrating their capability to provide the technology cited above. If needed, the interested parties can schedule a site visit to the locations above before their submission. Email the Contracting Officer listed below for a date and time. Scheduling will not be done via phone calls.
Respondents must provide the following business Information for their company:
1. Company Name:
2. Company Authorized Representative for this Survey:
3. Company Rep. Telephone / Fax numbers:
4. Company Address:
5. Company CAGE CODE:
6. Unique Entity Identifier (UEI) SAM.GOV:
8. Company Web Address:
9. Is Company American or Foreign Owned?
10. Identify whether the Small Business Administration has determined that your firm is an eligible Socio/Economically Disadvantaged Business (SEDB (8(a)), Alaska Native Corporation (ANC), Indian tribe, or Native Hawaiian Organization, Service-Disabled Veterans Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Women-Owned Small Business (WOSB), or an Economically Women Disadvantaged Small Business (EDWOSB)
Respondents are encouraged to identify a representative to support further FAA inquiries and requests for clarifications of the information provided. Respondents are encouraged to indicate which portions of their response are proprietary and should mark them accordingly.
Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable.
The principal North American Industry Classification System (NAICS) code for this effort is 334290, “Other Communications Equipment Manufacturing”, with a size standard in number of employees of 800.
All responses to this market survey must be received by May 10, 2025. All responses must be submitted via email to:
Federal Aviation Administration
ATTN: Elisa Brown, FAA Contracting Officer, AAQ-450
800 Independence Avenue, SW
Washington, DC 20591
Elisa.Brown@faa.gov
(202) 267-3610
At this time, the nature of the competition has not been determined. If the FAA decides to pursue this acquisition, the responses to this market survey will help determine whether or not the Agency will do an open competition or to set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's § 8(a) Program or a single source or tiered competition.
This is a market survey. This is not a Screening Information Request (SIR) or a Request For Proposals (RFP) of any kind. This RFI is for information purposes only, and if a Screening Information Request (SIR) or an award result from this market survey an announcement will be posted on SAM.gov. The names of the interested parties to this market survey will not be published.
The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense.
Only respondents to this market survey will receive the resultant Screening Information Request (SIR) if issued.
Respondents seeking to protect intellectual property and/or confidential/proprietary information submitted in response to this announcement must clearly mark such intellectual property and or confidential and proprietary information. If such information is not so marked, the FAA will not accept liability for failure to safeguard it against open disclosure and may release the information at its sole choosing.
If a Respondent wishes to restrict the response information, the Respondent must mark each sheet with the following legend:
“This data must not be disclosed outside the FAA and must not be duplicated, used, or disclosed in whole or in part for any purpose other than to assess the response. This restriction does not limit the FAA’s right to use information contained in the response if obtained from another source without restriction.”
MARKET SURVEY
REQUEST FOR INFORMATION (RFI)
CUSTOM AUDIO-VISUAL & VIDEO TELE-CONFERENCING (VTC) PROJECT
FOR THE FEDERAL AVIATION ADMINISTRATION (FAA) COMMAND AND CONTROL COMMUNICATIONS (C3) DIVISION
The Federal Aviation Administration (FAA) is seeking interested parties to provide Audio-Visual (A/V) & Video Tele-Conferencing Technology which include equipment, design functionality, installation, and maintenance for the Washington Operations Center Complex (WOCC) and Management Operations Center (MOC).
The purpose of this market survey is to (a) ascertain if there are capable interested parties from all business sizes and (b) to invite those interested to share with the FAA options to best meet the needs of the Agency requirement cited below.
The Requirements:
- General:
-
- The desired solution will span three adjacent rooms: the WOCC, the LAN room, and the MOC. The LAN room contains computers that provide eight (8) sources for streams (windows in which applications are running and displaying data in real-time), whereas the WOCC and MOC both contain multiple sources and displays each.
-
- The desired solution shall connect assets in all three rooms.
-
- The WOCC and the LAN room are certified for Open SECRET storage. The MOC is a multimedia conference room that can operate at either the SECRET or UNCLASSIFIED levels depending upon the immediate needs of the FAA senior leadership.
-
- The desired solution shall be UNCLASSIFIED and shall be separate from the existing Secure Video Teleconferencing (SVTC) equipment in the MOC.
-
- All equipment included in the solution shall meet requirements for use in a classified environment and are subject to approval by our security personnel. Microphones and wireless technologies should only be included, if necessary, should default to a non-transmitting state (e.g. push to talk, etc.), and should be quickly and easily disabled as needed. This is particularly true in the MOC, which is a dual-use space and where all the UNCLASS equipment must be turned off/disabled before activating the SVTC equipment.
-
- Workstations on the Government’s unclassified network (henceforth referred to as GFE workstations) shall serve as both sources and displays for the desired solution. There are currently nineteen (19) GFE workstations and they are located within the WOC. The FAA makes extensive use of both Microsoft Teams and Zoom. The solution shall support the use of both applications.
-
- Multiple HDMI connections located in the MOC shall serve to attach sources and displays (usually Government furnished laptops).
-
- Unless specified as “existing” the equipment necessary to make the solution function is to be provided as part of the solution when it is procured. The “existing” equipment is:
- The DirectTV boxes
- The Secure Virtual Teleconferencing (SVTC) system
- The two DTEN 75” devices (these are touch screens with integrated cameras, microphones, and speakers and will require bi-directional communications)
- The conference table interface boxes
- GFE workstations
- WOCC and LAN room
-
- The desired solution shall accept input from the following sources
- Live TV feeds from the existing DirectTV boxes
- All GFE workstations (currently there are nineteen) shall be able to share their screens/windows
- Eight (8) other A/V data sources that should be located in the LAN room. We are imagining something like eight workstations, with multiple windows open logged into websites and applications of interest, and whose screens could then be selected as sources. This is an area where vendor innovation is welcomed. The LAN room is on the same Government network as the workstations in the WOCC.
-
- The desired solution tentatively should output to the following devices in the WCOC. Note that the Government is open to alternative designs using a different number, type (output only, or bi-directional screens with input capabilities), and/or arrangement of devices.
- Wall display screens (video)
- North Wall: From Left-to-Right: 85”, 85”, 85”, 85”
- South Wall: From Left-to-Right: 55”, 55” (in chevrons area), 43”, 43”, 55”, 55”, 55”, 55”, 85”
- East Wall: 55”, 55” Displays
- West Wall: 43”
- The five 85” displays should support the ability to quad (i.e. up to four separate windows) the displays.
- All display screens shall meet requirements for use in a classified environment and are subject to approval by our security personnel.
- All GFE workstations shall be able to display streams in a window and shall be able to display multiple such streams (each in a separate window) at the same time.
- Audio
- Full room audio with selectable source audio (speakers to be provided as part of the solution)
- 4 Hyper sound directional speakers for focused audio installed over 4 designated GFE workstations (speakers to be provided as part of the solution).
- The output devices (audio and visual) in the WOCC shall be fully interoperable with all of the sources in any of the three rooms (WOC, LAN room, and MOC).
-
- The desired solution shall accept control input from system control panels located at 3 designated locations throughout the WOCC
- These panels shall be able to select any of the sources from the WOCC, LAN room, or MOC for display on any output (audio and visual) in the WOC.
- MOC
-
- The desired solution shall remain separate from the existing SVTC System in the MOC (reiterating the point made in 1.d above)
-
- The desired solution shall allow for the complete shutdown of all elements within the MOC when that space is being used for secure meetings.
-
- The desired solution shall accept input from the following sources
- Live TV feeds from the existing DirectTV boxes
- 1 HDMI input in the podium to support presentation content source
- Multiple HDMI inputs in the existing conference table interface boxes to support presentation content sources (I.E. GFE laptops) throughout the MOC.
- DTEN 75” devices.
-
- The desired solution tentatively should output to the following devices in the MOC. Note that the Government is open to alternative designs using a different number, types (output only, or bi-directional devices with input capabilities), and/or arrangement of devices. The Government does wish to make use of the existing DTEN 75” devices but is open to a design using only one and keeping the second as a spare.
- Two existing DTEN 75” devices shall remain on the north wall
- Two 85” displays (one each on east and west walls)
- The 85” displays shall support the ability to quad (four sources on the same screen) the displays.
- Eight 43” displays mounted on either side of the 85” displays (4 on each wall)
- Full room audio with selectable source audio (speakers to be provided as part of the solution)
- Allow for the room audio system to be connected to the existing DTEN 75” devices to support full room audio during Zoom\Teams Meetings.
- All display screens must meet requirements for use in a classified environment and are subject to approval by our security personnel.
- The output devices (audio and visual) in the MOC shall be fully interoperable with all of the sources in any of the three rooms (WOC, LAN room, and MOC).
-
- The desired solution shall accept control input from system control panels located at two designated locations in the MOC.
- These panels shall be able to select any of the sources from the WOCC, LAN room, or MOC for display on any output (audio and visual) in the WOC.
- Things that are important enough to state/restate in plain language
-
- Flexibility of sources and displays is important to us. The staff in the WOCC need to be able to stream data from any source to any of their screens, and likewise presenters in the MOC need to be able to show the executives any source from any of the three rooms on any of the displays in that room.
-
- Flexibility of content is important to us. Ideally the solution is format agnostic, allowing for any kind of audio/visual data to be streamed from the designated sources to the designated outputs.
-
- Security is important to us. The spaces in question are all certified for processing classified information. Please specify the make and model of any hardware that would be included in a solution so that we may run it past our security personnel for approval as early in the process as possible. Likewise, if our requirements are no longer compatible with what is available on the market (“Sorry, all commercially available 85” flatscreens ship with wi-fi, Bluetooth, microphones, and have Skynet pre-installed”) please let us know and perhaps suggest alternatives.
-
- Security is important to us (again). The unclassified networks to which the GFE workstations and laptops belong have their own security requirements and this solution will need to be incorporated into a FISMA system boundary. Please describe how that the communications with the GFE computers will be completed and what software will be involved so that we can start laying the groundwork for the security compliance piece as early in the procurement cycle as possible.
-
- Related to the previous point, please let us know whether your solution can integrate with third party Privilege Session Management solutions so that we can remotely, and securely, allow for remote management and maintenance of the equipment by our internal technical support personnel.
-
- Ease of use is important to us. The WOCC and the MOC are operational environments used to inform Agency Senior Leadership when responding to emergencies and other high-stakes events. These are high pressure environments and the easier it is to use the equipment the better.
-
- Technical Support is important to us. Any procurement action is very likely to include an on-site support contract. Please include a description of the available options in this regard.
-
- Scalability is important to us. Requirements seem to only increase with time, so the ability to add new sources or new displays later is desirable.
Respondents must provide the FAA with the following:
A brief statement (20 pages maximum) demonstrating their capability to provide the technology cited above. If needed, the interested parties can schedule a site visit to the locations above before their submission. Email the Contracting Officer listed below for a date and time. Scheduling will not be done via phone calls.
Respondents must provide the following business Information for their company:
1. Company Name:
2. Company Authorized Representative for this Survey:
3. Company Rep. Telephone / Fax numbers:
4. Company Address:
5. Company CAGE CODE:
6. Unique Entity Identifier (UEI) SAM.GOV:
8. Company Web Address:
9. Is Company American or Foreign Owned?
10. Identify whether the Small Business Administration has determined that your firm is an eligible Socio/Economically Disadvantaged Business (SEDB (8(a)), Alaska Native Corporation (ANC), Indian tribe, or Native Hawaiian Organization, Service-Disabled Veterans Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Women-Owned Small Business (WOSB), or an Economically Women Disadvantaged Small Business (EDWOSB)
Respondents are encouraged to identify a representative to support further FAA inquiries and requests for clarifications of the information provided. Respondents are encouraged to indicate which portions of their response are proprietary and should mark them accordingly.
Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable.
The principal North American Industry Classification System (NAICS) code for this effort is 334290, “Other Communications Equipment Manufacturing”, with a size standard in number of employees of 800.
All responses to this market survey must be received by May 10, 2025. All responses must be submitted via email to:
Federal Aviation Administration
ATTN: Elisa Brown, FAA Contracting Officer, AAQ-450
800 Independence Avenue, SW
Washington, DC 20591
Elisa.Brown@faa.gov
(202) 267-3610
At this time, the nature of the competition has not been determined. If the FAA decides to pursue this acquisition, the responses to this market survey will help determine whether or not the Agency will do an open competition or to set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's § 8(a) Program or a single source or tiered competition.
This is a market survey. This is not a Screening Information Request (SIR) or a Request For Proposals (RFP) of any kind. This RFI is for information purposes only, and if a Screening Information Request (SIR) or an award result from this market survey an announcement will be posted on SAM.gov. The names of the interested parties to this market survey will not be published.
The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense.
Only respondents to this market survey will receive the resultant Screening Information Request (SIR) if issued.
Respondents seeking to protect intellectual property and/or confidential/proprietary information submitted in response to this announcement must clearly mark such intellectual property and or confidential and proprietary information. If such information is not so marked, the FAA will not accept liability for failure to safeguard it against open disclosure and may release the information at its sole choosing.
If a Respondent wishes to restrict the response information, the Respondent must mark each sheet with the following legend:
“This data must not be disclosed outside the FAA and must not be duplicated, used, or disclosed in whole or in part for any purpose other than to assess the response. This restriction does not limit the FAA’s right to use information contained in the response if obtained from another source without restriction.”