RTAMS Audio/Visual CM/PM Services
ID: M6739925Q0015Type: Solicitation
AwardedMay 14, 2025
$124.8K$124,836
AwardeeEIDIM GROUP INC. Fullerton CA 92831 USA
Award #:M6739925D0003
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERTWENTYNINE PALMS, CA, 92278-8108, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

MAINTENANCE OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z1BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Commanding Officer at the Marine Corps Air Ground Combat Center in Twentynine Palms, California, is soliciting proposals for audio/visual (A/V) corrective and preventative maintenance services. The objective is to ensure the operational functionality of A/V equipment located in Building 1707, which includes classrooms and conference rooms, by providing regular maintenance, troubleshooting, and emergency support as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining the technological infrastructure necessary for training and operational efficiency within military installations. Proposals are due by May 6, 2025, and interested contractors should contact Randy Zielinski at randy.zielinski@usmc.mil or Pedro Tirado at pedro.tirado@usmc.mil for further information.

    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for preventative and corrective maintenance services for audio-visual (A/V) equipment located at Building 1707, Marine Corps Air Ground Combat Center, Twentynine Palms, California. The RFP, identified by solicitation number M6739925Q0015, emphasizes quarterly preventative maintenance, diagnostic and repair services, and emergency support, specifically for A/V systems across various classrooms and conference spaces. Proposals are due by May 6, 2025, with a defined structure requiring detailed pricing and a technical approach to ensure compliance with government standards. The evaluation for contractor selection will utilize a Lowest Price Technically Acceptable (LPTA) method, focusing on technical capabilities, price fairness, and past performance references. Specific requirements include routine inspections, emergency responsiveness, and adherence to quality control measures, all contributing to maintaining operational efficiency and minimizing the need for equipment upgrades. This RFP exemplifies the structured approach of government solicitations to secure cost-effective services while ensuring adherence to performance and quality standards in equipment maintenance.
    This document is an amendment to a government solicitation issued by the Regional Contracting Office in Twentynine Palms, CA. It announces an extension of the solicitation deadline to May 6, 2025, with the period of performance revised to May 15, 2025, through May 14, 2028. The amendment incorporates responses to contractor inquiries, addressing critical aspects of the scope of work, including equipment management and service call protocols. It clarifies that the contract is limited to preventive and corrective maintenance tasks, rather than new system designs or deployments, and specifies that security clearances are not necessary for technicians. This amendment also outlines submission requirements for contractors, including the organization of proposals into three volumes: price, technical, and past performance, while reinforcing compliance with federal standards and submission deadlines. The document emphasizes the importance of adhering to the submission format, with defined page limits and required information, to ensure a fair and comprehensive evaluation of bids. Overall, the amendment seeks to provide clarity on the solicitation process while encouraging competitive proposals from qualified contractors.
    The document is a solicitation for a federal Request for Proposal (RFP) focused on providing preventative and corrective maintenance services for Audio Visual (A/V) equipment at the Marine Corps Air Ground Combat Center in Twentynine Palms, California. It outlines the requirements and expectations for the contractor, detailing tasks such as quarterly preventative maintenance visits and troubleshooting corrective repairs. The procurement is structured with various Contract Line Item Numbers (CLINs) across a three-year contract period, divided into base and option years. Key components involve providing management, supervision, and necessary tools, with specific performance metrics outlined in the attached Performance Work Statement (PWS). The contractor must submit proposals that include technical and pricing details by the deadline of May 2, 2025. Evaluations will consider technical capability, price, and past performance. The document stipulates that offers will be assessed using a Lowest Price Technically Acceptable (LPTA) method, reinforcing that pricing must be fair and reasonable. It emphasizes compliance with government clauses and quality assurance measures, ensuring operational efficiency while maintaining required standards. This solicitation reflects the government's ongoing commitment to maintaining critical technological infrastructure within military installations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFI - PAVIS AUDIO MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking vendors for a Request for Information (RFI) regarding a four-year service contract for Audio System Maintenance on the Public Address/Video Information System (PAVIS). The procurement aims to identify potential contractors capable of providing maintenance, installation, programming, and training services for the PAVIS Audio equipment, which includes a headend unit, approximately 4,000 speakers, and various other components. This contract is crucial for ensuring the operational readiness and reliability of the audio systems at the depot, with a contract structure comprising a one-year base period and three one-year option years. Interested vendors must submit their company information and feedback on the DRAFT Performance Work Statement by December 29, 2025, at 4:00 PM EST, and can contact Megan Jones at megan.jones5.civ@army.mil for further inquiries.
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    Government-Owned, Contactor-Operated (GOCO) and Contractor-Owned/Contractor-Operated (COCO) fuel services at Marine Corps Air Ground Combat Center 29 Palms, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is preparing to issue a Request for Proposal (RFP) for Government-Owned, Contractor-Operated (GOCO) and Contractor-Owned/Contractor-Operated (COCO) fuel services at the Marine Corps Air Ground Combat Center in Twentynine Palms, California. The selected contractor will be responsible for the management, operation, maintenance, and quality control of fuel storage and distribution services, ensuring compliance with safety, environmental, and security regulations while maintaining operational readiness of the facilities. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and multiple option periods. Interested parties should prepare for the solicitation, expected to be posted between January and February 2026, and may contact Micherie Dougherty at micherie.dougherty@dla.mil or 571-767-3681 for further information.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    Aiphone Technical and Maintenance Support
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide technical and maintenance support for the Aiphone System at the Quantico facility in Virginia. The procurement aims to ensure 24/7 support, maintenance, and repair services to uphold a safe and secure workplace for employees, which is critical for the effective delivery of IT services to Veterans. The Aiphone System is integral to the facility's operations, as it supports the Information Management/Information Technology systems that are vital for processing data essential to Veterans' benefits and services. Interested parties can contact Michael Stevens at michael.stevens5@va.gov or call 202-876-7185 for further details regarding this opportunity.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    TEGUC - Audiovisual Equipment Maintenance
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the maintenance of audiovisual equipment at the embassy. The contractor will be responsible for providing preventive maintenance, live customer support, and on-demand service calls to ensure the functionality of the Consular AV System, which includes intercom, paging, and display systems, while excluding repairs and hardware replacements. This firm-fixed-price contract will span one base year with four optional one-year extensions, with quotations due by January 5, 2026, at 10:00 AM local time, and a pre-proposal site visit scheduled for December 15, 2025. Interested contractors must ensure they are registered in the SAM database and submit their offers electronically, adhering to specific submission requirements outlined in the solicitation document.
    59--AMPLIFIER,AUDIO FRE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of audio frequency amplifiers. The contract requires compliance with specific quality assurance standards, including ISO 9001, and mandates that the amplifiers meet detailed design and inspection requirements as outlined in the solicitation. These amplifiers are critical components for various defense applications, ensuring reliable audio performance in military systems. Proposals are due by January 20, 2026, with a revised quantity requirement of four units, and interested parties should direct inquiries to Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.