Sole Source, Combined Synopsis: Audio-Visual System at the United States Merchant Marine Academy
ID: 693JF725Q000003Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION693JF7 DOT MARITIME ADMINISTRATIONWASHINGTON, DC, 20590, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)
Timeline
    Description

    The Department of Transportation, through the Maritime Administration, is seeking proposals for a sole source contract to design and install an Audio-Visual (A/V) System at the United States Merchant Marine Academy (USMMA) in Kings Point, New York. The procurement involves a two-phase approach, with Phase 1 focusing on the development of a detailed Audio/Visual System Implementation Plan (A/V SIP) that adheres to historical preservation standards, followed by Phase 2, which encompasses the execution of the approved plan, including procurement, installation, and testing of the A/V System. This project is critical for enhancing the functionality of the Samuels Hall Building Complex, which is undergoing extensive renovations, and requires coordination with multiple contractors to ensure timely completion. Interested parties can contact Theodore Nigro at the provided email for further details, and proposals must be submitted in accordance with the guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a response to inquiries regarding Solicitation 693JF725Q000003, dated April 24, 2025. It clarifies that this solicitation pertains to a brand new contract and that no incumbent services were previously in place. The response directly addresses a potential contractor's question about the existence of prior contracts related to the services sought. This information is pertinent for potential bidders aiming to understand the competitive landscape for the contract opportunity. The lack of an incumbent suggests an opportunity for fresh proposals and new entrants into the bidding process, indicating a desire for innovative solutions or services from interested parties. Overall, the document serves as a key communication element in the government procurement process, facilitating transparency and providing essential details for potential respondents.
    The Sole Source Solicitation 693JF725Q000003 outlines the procurement and installation of an Audio-Visual (A/V) System for Samuels Hall at the United States Merchant Marine Academy (USMMA). This contract, intended for a Firm-Fixed-Price (FFP) supply, adheres to specific Federal Acquisition Regulations (FAR) and includes two phases. Phase 1 focuses on creating a detailed Audio/Visual System Implementation Plan (A/V SIP), which must meet historical preservation standards due to the USMMA's listing on the National Register of Historic Places. This phase includes a narrative plan, design specifications, and a milestone schedule, all requiring government approval within 60 days of contract award. Phase 2 involves the execution of the approved A/V SIP, including procurement, installation, testing, and final acceptance of the fully functional A/V System. The Contractor must comply with various regulatory standards, including Section 508 accessibility requirements, cybersecurity measures, and environmental regulations. The document emphasizes the importance of thorough planning, regular communication with government officials, and adherence to safety and quality standards throughout the project, reflecting the government's commitment to effective and compliant acquisition processes for critical infrastructure upgrades.
    Lifecycle
    Similar Opportunities
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    Egg Conference Room Audio/Visual Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of the Audio/Visual System in the Egg Conference Room at the Long Beach Veterans Affairs Healthcare System. The project aims to enhance the current AV system by replacing existing gooseneck microphones and adding wireless handheld, lapel, and catch-box microphones, all while ensuring integration with the existing Crestron-based system. This upgrade is crucial for improving user experience and audience interaction during meetings and events held in the facility. Proposals are due by December 29, 2025, at 5:00 PM PST, and interested parties should direct inquiries to Daniel Kneizeh at daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025.
    PEVI AV System
    Interior, Department Of The
    The National Park Service is seeking proposals from qualified small businesses for the installation of an audio/visual (AV) system at Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, Ohio. The project aims to modernize the visitor center auditorium's AV capabilities to enhance visitor experience and improve operational efficiency, including the integration of new presentation features and accessibility enhancements. This firm-fixed price contract is expected to be awarded around December 2025, with a performance period of 180 days, and proposals are due by December 19, 2025, at 12:00 PM ET. Interested parties should submit their proposals via email to Jordan Ellis at jordanellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.
    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.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    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.
    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.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Transportation, Department Of
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.