Scout

HC101925R0007

DISA-PAC VIDEO WALL

DEPT OF DEFENSE > DEFENSE INFORMATION SYSTEMS AGENCY (DISA) > DITCO-PAC

New Rejected
Actions
Open SAM.gov
Notice Type Combined Synopsis/Solicitation
Due 2026-05-06
Posted 2026-04-21
NAICS 334310
PSC 7E20
Set-aside Total Small Business Set-Aside (FAR 19.5)
Scout Score 48

Quick analysis

100% Small Business set‑aside DISA-PAC buy/install of two indoor LED video walls with Extron video processors and brand‑name Extron modules, at JBPHH, HI.

Scope is largely commodity A/V hardware plus incidental installation, removal/disposal, programming, testing, and warranty; on‑site work requires interim/final SECRET.

Two items are brand‑name Extron (no substitute) to interoperate with an existing Extron matrix; remaining items are brand‑name or equal per salient characteristics.

QASP requires 8x5 support in HST and on‑site response with parts within 8 business hours—favoring a Hawaii‑based A/V integrator with Extron capability and local spares/logistics footprint. Trace is eligible as a small business under NAICS 334310, but the work is outside core differentiators and offers limited strategic value; competitive position appears weak without a local Extron/Daktronics partner.

Scope summary

  • Provide and install two indoor LED video walls meeting specified dimensions/resolution/brightness (approx. 6'7.72" x 23'7.46", 2160x7680, ~1,000 nits each cabinet).
  • Provide two Extron Quantum Ultra 610 processors (20x4 HDMI) and integrate with existing Extron matrix.
  • Supply brand‑name Extron modules: six 4‑output HDMI 4K/60 boards (70-1113-01) and four XTP Fiber Optic HDMI MM transmitters (60-1276-11).
  • Provide associated cabling and materials; program control system; test/checkout; label/documentation; EPL submission/approval.
  • Remove and dispose of two existing video walls.
  • On‑site personnel must hold interim/final SECRET for access; work performed at JBPHH, HI (Building 77, Rooms 228/229).
  • Meet QASP warranty support: 8x5 phone support (HST) and on‑site response with parts within 8 business hours at least 95% of the time.
  • FOB Destination; inspection/acceptance at destination; delivery up to 12 months ARO.
  • Comply with NMR class waiver under NAICS 334310 and brand‑name or equal requirements for non‑Extron items.

Dimension scores

Total - 48/100
Technical Fit - 9/20

Commodity A/V video walls and Extron processing with incidental installation are adjacent to Trace’s systems integration/field services but outside core differentiators (SATCOM, CDS/MPE, JADC2, OCC). Scope is hardware-centric A/V integration, not a listed core lane. Evidence: solicitation/PWS and product list show COTS A/V focus.

Past Performance - 12/20

Relevant agency relationship with DISA (e.g., MPE-S prime completed; GSM-O subcontract) supports credibility, but mission area (A/V video wall) differs from Trace’s typical DISA work. Evidence: company_profile lists DISA contracts; opportunity is DISA-PAC.

Vehicles / Contract Access - 6/10

Not restricted to a vehicle Trace holds; competed as a small business set‑aside combined synopsis/solicitation. Trace can prime as an eligible small business under NAICS 334310. Evidence: J&A and solicitation indicate 100% SB set‑aside; no vehicle requirement.

Competitive Position - 4/15

Brand‑name Extron items must integrate with existing Extron matrix, and QASP demands 8‑hour on‑site response in HST—favoring Extron-certified, Hawaii‑based A/V integrators. No Trace differentiator (e.g., Starshield, NSA TI) applies. Evidence: J&A (brand‑name Extron), QASP (local support SLA).

Risk - 8/15

Moderate risk: on‑site SECRET access, Hawaii logistics, brand‑name integration with existing Extron infrastructure, and stringent warranty SLA. Risks are manageable via teaming but nontrivial without a local partner. Evidence: solicitation security requirement; QASP SLA; brand‑name constraint in J&A.

Strategic Value - 3/10

Limited strategic upside: small, transactional A/V tech refresh. While DISA is a Tier 1 target, this effort does not advance core lanes (SATCOM/CDS/MPE/JADC2) and estimated value appears modest. Evidence: hardware-focused CLINs and truncated value note in J&A.

Compliance - 6/10

Trace appears to meet small business size (NAICS 334310 size standard 750 employees) and clearance posture for on‑site SECRET. Non‑Manufacturer Rule waiver applies. Potential gap is local HST 8‑hour on‑site support and brand‑name Extron sourcing, which can be met via teaming. Evidence: solicitation notes SECRET; J&A brand‑name; QASP SLA; size standard in solicitation.

Concerns

  • Local 8‑hour on‑site response in Hawaii requires nearby cleared technicians and spares—logistics burden if relying on CONUS staff.
  • Brand‑name Extron modules must integrate with existing Extron matrix; mis-integration risk if not Extron‑certified.
  • On‑site SECRET access requires cleared personnel scheduling and potential lead times for interim clearances.
  • Disposal and removal of existing walls add schedule and safety risks within an operational facility (watch floor).
  • Shipping, handling, and potential damage risk for large LED cabinets to JBPHH with schedule impact.
  • Value appears modest; BD and proposal costs may outweigh return without a local partner.

Teaming opportunities

  • Hawaii‑based A/V integrator with Extron certification/experience and rapid on‑site response capability.
  • Authorized sourcing channel for Extron brand‑name parts and Daktronics (or equal) LED walls.
  • Cleared (SECRET) local technicians and installers who can meet 8‑hour response SLA.
  • Local logistics/disposal partner for removal and waste handling at JBPHH.

Competitive position

  • Leverage DISA past performance and familiarity with secure facilities and acceptance processes (EPL submission, CPARS).
  • Deploy cleared field services and systems integration discipline to minimize operational disruption during cutover.
  • Stage and pre‑configure equipment at Trace’s E&I facility to reduce on‑site time and risk, then hand off to a Hawaii partner for rapid response SLAs.
  • Offer robust spares package and documentation aligned to QASP/SLA to assure uptime on the watch floor.

Bid/No bid factors

  • Brand‑name Extron components required for compatibility; limits substitution and may favor incumbent/local Extron partners.
  • QASP mandates 8‑hour on‑site response with parts in HST—challenging without Hawaii presence.
  • Core scope is commodity A/V rather than Trace’s differentiated lanes; limited strategic value.
  • Estimated value not clearly stated (truncated in J&A), suggesting modest award size.
  • Main solicitation and QASP only partially reviewed; undiscovered provisions could affect compliance/cost.

Documents

Download all
HC101925R0007 Brand Name Justification.pdf Download
Summary

DISA PAC J&A for a firm-fixed-price tech refresh at the Defense Network Center–Pacific (DNC PAC) to procure two video walls, two video processors, cabling, and incidental installation at JBPHH, HI; the document limits two of seven IT items to Extron brand parts for compatibility with an existing Extron matrix switch and cites 10 U.S.C. 3204(a)(1)/FAR 6.302-1. It states the requirement will be solicited as a 100% small business set-aside via a Combined Synopsis/Solicitation (FAR 13.5) and anticipates multiple offers, with price reasonableness to be judged under FAR 15.404-1(b)(2).

  • Requiring agency: DISA PAC (Defense Network Center–Pacific) at JBPHH, HI; Contracting activity: DITCO-PAC (Bldg 77, JBPHH).
  • Scope: procure two (2) video walls, two (2) video processors, associated cabling, and incidental installation in Building 77, Rooms 228/229.
  • Brand-name limitation: two of seven IT products restricted to Extron parts (Four Output Board HDMI 4K/60 part #70-1113-01; XTP Fiber Optic Transmitter HDMI multimode part #60-1276-11).
  • Compatibility rationale: parts must interoperate with existing Extron matrix switch; replacing the switch is deemed cost-prohibitive. (Sole-source cited under 10 U.S.C. 3204(a)(1)/FAR 6.302-1.)
  • Quantities noted in J&A: Six (6) Four Output Boards and Four (4) XTP Fiber Optic Transmitters listed as minimum government requirements (indicates multiple units/slots tied to existing system).
  • Acquisition details: 100% small business set-aside; synopsized on SAM.gov as a Combined Synopsis/Solicitation; FAR Subpart 13.5 procedures to be used; Government expects multiple offers.
  • Evaluation/price: Fair and reasonable to be determined by comparing proposals per FAR 15.404-1(b)(2).
  • Operational impact: non-compatible parts would risk Watch Floor functionality and DoD C2 oversight in the Indo-Pacific theater.
  • POC included: Terri Hanaoka, 808-786-9434, terri.m.hanaoka.civ@mail.mil.
  • Place of performance: Joint Base Pearl Harbor–Hickam, HI (rooms specified).
  • Estimated value field appears truncated/unclear in document (shows "$1,").
HC101925R0007 FINAL.pdf Download

Partially reviewed: Too large

Summary

Partially reviewed solicitation (selected sections 1 and 11 of 21) for a DISA PAC Video Wall tech refresh at JBPHH (Ford Island, Building 77, Rooms 228/229). Requires procurement and incidental installation of two video walls and two video processors with on-site work requiring interim or final SECRET clearance; review limited because the file was large and only sections were extracted.

  • Worksite: DISA PAC, Ford Island, Building 77, Room 228/229, Joint Base Pearl Harbor-Hickam (JBPHH), HI 96860
  • Scope: Procure 2 video walls, 2 video processors, associated A/V equipment/materials; remove/dispose existing walls; install, cable, label, program control system, test/checkout, and provide product + incidental installation warranty
  • Technical salient characteristics provided: each wall ~6'7.72" H x 23'7.46" W x 0.95" D, 2160x7680 pixels LED, min 1,000 nits per cabinet, support up to 18 HDMI inputs up to 4K, remote power/video modules required
  • Security: All on-site work requires an interim or final SECRET clearance (workspace access requirement)
  • NAICS: 334310 (Electronic Computer Manufacturing); Size standard listed: 750 employees; solicitation marks Small Business (set-aside indicated in folder context)
  • Contracting/admin: Offer due 10:00 AM 06 May 2026; Contracting Officer name shown (Valerie N. Pettit); POC contacts listed (Terri Hanaoka and DISA PAC addresses/phones)
  • Delivery/period: CLIN delivery info shows 12 months (CLIN 0001 12 mths. ADC); FOB: Destination; Government inspects/accepts at destination
  • Procurement compliance: EPL (Electronic Product List) submission required and must be approved before acceptance; EPL copy must be sent to DISA WSD email
  • Regulatory: Non-Manufacturer Rule (NMR) class waiver applies for NAICS 334310; Buy American Act and Trade Agreements not applicable per FAR
  • Logistics detail: Existing equipment cabinets are in a comm room behind each wall and are supplied with Government UPS circuits; contractor to provide remote power modules and remote video modules
  • Disposal requirement: Contractor shall disassemble and dispose of the two existing video walls
  • Product list/brand: PWS references attached Product List and brand-name salient characteristics (implies OEM/brand specs must be met)
HC101925R0007 Price Quote Worksheet.xlsx Download
Summary

Price-quote worksheet and CLIN breakdown template for DISA-PAC Video Wall solicitation: lists four CLINs (material/equipment, incidental installation, travel/shipping/other, installation warranty), required firm-fixed price with detailed labor/ODC breakdowns, and a required parts/equipment list for CLIN 0001. Sheet of salient characteristics provides technical specs for proposed “equal” Daktronics video cabinets and Extron video processing/transmission equipment.

  • Solicitation CLINs: 0001 MATERIAL AND EQUIPMENT; 0002 INCIDENTAL INSTALLATION; 0003 TRAVEL, SHIPPING, OTHER; 0004 INSTALLATION WARRANTY — implies procurement includes supply, on-site install, travel/ODCs, and warranty work.
  • CLIN 0001 required itemized list (seven named items) and instruction that any additional materials be listed under CLIN 0003 (ODCs).
  • Primary video wall hardware: "Indoor Video Wall, 2160x7680, 6' 7.72" H X 23' 7.46" W" — quantity 2 (2 EA). Proposed manufacturer/brand: Daktronics NPN-6600-0.9MN (Equal).
  • Video processing/transmission components and quantities: Extron Quantum Ultra 610 (20x4 HDMI) — qty 2; Four Output Board HDMI 4K/60 — qty 6; XTP Fiber Optic Transmitter for HDMI, MM — qty 4.
  • Cable ODCs: 4K Premium High Speed HDMI cables — qtys: 3' x5, 6' x18, 9' x12 — shows significant cable/AV material needs.
  • Pricing template shows blank prices (TOTAL PRICE 0.0) — document is a fillable worksheet, not a submitted price.
  • Costing instructions: offerors must propose a total firm-fixed price and detailed breakdown of labor categories, fully loaded hourly rates, labor hours, headcount per category, and itemized ODCs (part numbers, manufacturers, quantities).
  • Installation and travel rules: travel detail required (days, locations, personnel); travel must be KO-authorized and paid IAW FAR 31.205-46 — implies administrative constraints and invoicing requirements.
  • Daktronics salient characteristics: cabinet depth ~0.957 in, brightness ~1000 nits per cabinet, front-only service, LED lifetime 100,000 hrs, operating temp -20 to 45°C, recommended 4-strand fiber for data, spare parts guidance (15% video modules, 10% other parts) — relevant for sustainment, logistics, and environmental suitability.
  • Extron salient characteristics: supports 4K up to 60 Hz, multiple HDMI inputs, RS-232/Ethernet/USB control, redundant hot-swappable power supplies, and specified power/thermal figures — important for integration, power/cooling planning, and control interfaces.
HC101925R0007 PWS Attachment-Product List.xlsx Download
Summary

Itemized product list for the DISA-PAC Video Wall procurement showing COTS AV hardware: Daktronics indoor LED video wall assemblies plus Extron signal processing (Quantum Ultra 610), output boards, fiber transmitters, and HDMI cabling with part numbers and quantities. The Salient Characteristics sheet supplies technical specs (resolution, dimensions, brightness, power, LED lifetime), recommended fiber transmission, and spare-parts guidance; price, warranty, and UID fields in the product table are blank.

  • Scope: Hardware-focused procurement of an indoor LED video wall and AV signal processing/transmission components (COTS equipment).
  • Primary items: Daktronics NPN-6600-0.9MN indoor video wall (2160 x 7680), quantity 2 EA (line item 1).
  • Signal processing: Extron Quantum Ultra 610 (part 60-1571-000025) listed, quantity 2 EA (20x4 HDMI).
  • Supporting AV gear: Extron four-output boards (70-1113-01) x6; Extron XTP fiber optic HDMI transmitters (60-1276-11) x4; various Extron 4K HDMI cables (3', 6', 9') in multiple quantities.
  • Technical specs: Daktronics panels — pixel config COB, panel pixels 360 x 640, cabinet depth ~0.957 in, brightness ~1,000 nits per cabinet, LED refresh 3840 Hz, LED lifetime 100,000 hrs, front-only service access.
  • Signal/backhaul: Data transmission to display — fiber recommended (4-strand).
  • Power/thermal: Max power per panel 96 W, average 23 W; Extron equipment power consumption and redundant hot-swappable PSUs documented.
  • Spares/sustainment: Spare parts guidance — 15% for video modules and 10% for other parts included in Salient Characteristics.
  • Procurement metadata gaps: Unit price, extended amount, warranty, software license, HW/SW serial and UID/DFARS fields are empty in the extracted table.
  • Contracting/PO fields: Contract/DO/Funding/Delivery address columns present but no values extracted (no place of performance or delivery address in this file).
  • NAICS alignment: File contents align with NAICS 334310 (audio/video equipment manufacturing) and indicate equipment supply plus likely integration/installation work.
HC101925R0007 QASP.pdf Download

Partially reviewed: Too large

Summary

Partial review (sections 1 and 2 of 3) of an 8-page Quality Assurance Surveillance Plan (QASP) for the "DNC PAC Video Wall Tech Refresh" controlled by DISA (PC41). The QASP defines government surveillance methods (100% inspection after Task 1, routine/periodic inspections), roles (KO, MP POC), performance standards/AQLs (Task 1 = 100% upon completion; Task 2 warranty support = 95% SLA), and corrective action/assessment procedures (PAR, CAR, CPARS references).

  • Document type: QASP (Quality Assurance Surveillance Plan) for "DNC PAC Video Wall Tech Refresh" — contract-level surveillance doc.
  • Controlled as CUI (PROCURE) and labeled FEDCON; Controlled By: DISA / PC41; POC listed: Terri Hanaoka (terri.m.hanaoka.civ@mail.mil).
  • Scope elements: Task 1 = video wall tech refresh/installation; Task 2 = installation warranty and support.
  • Acceptance/AQL: Task 1 requires 100% functionality upon completion of all subtasks; Task 2 requires 95% compliance for warranty support SLAs.
  • SLA for Task 2: 8x5 telephone support between 7:00 a.m. and 3:30 p.m. HST and on-site support with proper replacement parts within 8 business hours — implication: local/HST-area field support and spare-parts logistics required.
  • Surveillance methods: 100% inspection at Task 1 completion; periodic inspections of subtasks; customer input can be used as supplemental surveillance evidence.
  • Evaluation & remedies: MP POC retests corrected work; Government may issue Corrective Action Reports (CAR) and use PAR/CPARS for performance reporting; payments tied to Government acceptance.
  • Performance rating scale provided (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) — CPARS-aligned evaluation methodology.
  • Document is part of procurement package and establishes Government inspection/acceptance criteria that will drive invoicing and potential withholds.
  • File is partially reviewed (sections 1 & 2 of 3) due to size; remaining content (e.g., appendices like Surveillance Matrix, PAR/CAR templates) was not reviewed but likely contains inspection checklists and templates referenced.
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 45444

Notice lineage:

  • f711f9517f244309b0ce1d0e74282ae1 (posted 2026-04-21) - current
  • c4cd280427154ded9164984ea92f7173

Last synced: 2026-04-21T16:05:07.948361+00:00

Last analyzed: 2026-04-21T16:08:01.302982+00:00

Latest package fingerprint: 80e6afa12608a7e2587e8437b7d786ab4439e4a70df4ee34532d1d5cf641c152

Latest package notice: f711f9517f244309b0ce1d0e74282ae1

Latest package documents: 5

Evidence limitations
  • HC101925R0007 FINAL.pdf: partially reviewed (too large)
  • HC101925R0007 QASP.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-21T16:05:07.950211+00:00: f711f9517f244309b0ce1d0e74282ae1 with 5 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches