T--Install Audio Visual Equipment - Lake Mead National Recreation Area, NV
ID: 140P8124Q0057Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL (T016)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the installation of audio-visual equipment at the Water Safety Center in Lake Mead National Recreation Area. The project involves providing and installing a complete A/V system, including transceivers, receivers, control processors, and audio systems, to enhance the functionality of the facility's meeting rooms. This initiative is crucial for improving infrastructure and supporting effective presentations and training sessions. Proposals are due by September 10, 2024, at 5 PM PDT, and interested vendors must acknowledge the solicitation amendments and comply with federal regulations. For further inquiries, contact Bradley Metler at Bradley_Metler@nps.gov.

    Point(s) of Contact
    Metler, Bradley
    Bradley_Metler@nps.gov
    Files
    Title
    Posted
    The Lake Mead National Recreation Area is seeking a contractor to supply and install advanced audio-visual equipment to enhance their Water Safety Center renovation project. The center, located in Boulder City, Nevada, will be equipped with a range of Extron products, including transceivers, receivers, control processors, and speakers, to facilitate dynamic presentations and collaboration between the Mead and Mojave meeting rooms. The system will enable concurrent displays and content sharing during full conferences and breakout sessions. The contractor will be responsible for delivering, installing, and inspecting the equipment, ensuring it meets specified standards and functions correctly. They will also provide a year of maintenance and emergency support, including monthly inspections and a maximum of three emergency callouts. The installation must be completed by January 31, 2025, with the service period extending until January 31, 2026, and potential option years thereafter. Invoicing will be done monthly, and the total period of performance is expected to span from September 2024 to January 2030, depending on the government's decision to extend the contract. The government will provide previously procured Extron equipment for integration, including additional transceivers, receivers, and a control processor. The contractor's proposal must include specifications of the audio-visual components, a price quote, and details of their relevant experience with Extron systems. This RFP emphasizes the timely delivery and expert installation of specialized audio-visual technology to support the center's operations and ensure a seamless experience for users.
    The document outlines the requirements for a Request for Proposal (RFP) for the installation of audio-visual equipment at the Water Safety Center in Lake Mead National Recreation Area. The contractor is tasked with providing and installing specified equipment, including transceivers, receivers, control processors, a matrix switcher, presentation systems, and speakers, ensuring compatibility with existing Government Furnished Equipment. The contractor is also responsible for equipment inspection, documentation of damages, and post-installation maintenance, including monthly inspections and emergency callouts for a year following installation. The project is expected to commence in September 2024, with completion by January 31, 2025, and offers an option for service extensions for up to four additional years. Proposals should include specifications and warranty information of the equipment, quotes, and relevant experience. This RFP serves as part of the governmental initiative to enhance audio-visual capabilities at the center for functional training and meetings, highlighting a commitment to improving infrastructure.
    The document outlines the wage determination conditions under the Service Contract Act (SCA) issued by the U.S. Department of Labor, specifically Wage Determination No. 2015-5593. It requires contractors to pay employees at least the minimum wage set by Executive Orders 14026 and 13658, with rates differing based on contract dates. For contracts initiated or extended after January 30, 2022, the minimum wage is $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $12.90 per hour. The document provides a detailed listing of occupational classifications and corresponding wage rates, including administrative, automotive, health, and technical occupations, particularly in Clark County, Nevada. Additionally, it highlights fringe benefits, paid sick leave, and requirements for uniform maintenance. The aforementioned guidelines reflect the government’s commitment to ensuring fair wages and working conditions for service employees, underlining compliance for any entities engaging in federal contracts. Emphasizing adherence to wage standards is crucial for contractors aiming for procurement opportunities under federal grants and RFPs, ensuring alignment with regulatory frameworks and labor rights protections.
    The RFQ # 140P8124Q0057 pertains to the installation of an audio-visual (A/V) system across two conference rooms. It specifies that this project involves a complete system replacement rather than an upgrade, necessitating new equipment installations. The service contract is intended to cover all components associated with the new system across both rooms. There are no existing legacy systems to integrate with, highlighting a fresh start for the installation. Key requirements include the ability for the system to cast simultaneously to multiple screens between the rooms and to allow for independent casting within each room. Preferred manufacturers for the equipment have not been explicitly listed but are to be determined based on performance that meets outlined requirements. Provision for on-site spares for equipment repairs is contingent on the selected brand. Remote access to support services will be determined by how the setup is approved. This RFQ underscores the importance of establishing a fully functional, modern A/V setup and outlines both technical specifications and service contract provisions necessary for successful implementation. It reflects standard practices within government RFP processes, emphasizing clear guidelines for vendor compliance and project execution.
    The government seeks contractors to provide and install audio/visual equipment for the completion of the Water Safety Center renovation at Lake Mead National Recreation Area. The project involves the installation of various AV components, including transceivers, receivers, control processors, a matrix switcher, and audio systems, necessary for efficient presentations in the Mead and Mojave meeting rooms. Contractors must deliver, install, and inspect the equipment, with responsibilities extending to a one-year service period of monthly maintenance visits post-installation. Work must follow federal business hours, and specific delivery schedules need coordination with the contracting officer. The project timeline anticipates initiation in September 2024 with installation completed by January 31, 2025, followed by service options potentially extending to January 2030. Interested contractors must submit a proposal package detailing equipment specifications, pricing, and relevant experience. Overall, this RFP outlines the requirements and responsibilities for ensuring a successful AV system installation and ongoing support to enhance the functionality of the conference rooms at the facility.
    This document is an amendment to solicitation number 140P8124Q0057, impacting contracts/orders related to a federal procurement process. The amendment specifies that contractors must acknowledge receipt of this amendment to avoid rejection of their offers. Changes to previously submitted offers can also be made via letter or electronic communication. The key modification outlined in Item 14 pertains to the scope of work, with attachments providing updated details. The government plans to award a fixed price purchase order, with a performance period extending from September 30, 2024, to January 31, 2026. The document emphasizes the importance of compliance with specified deadlines and acknowledgment procedures to uphold the integrity of the bidding process. Overall, it reflects standard practices in managing federal solicitations, ensuring all parties adhere to regulatory requirements throughout the amendment process.
    The document pertains to Amendment #2 for solicitation 140P8124Q0057, which addresses vendor queries related to a federal contract. It outlines the procedures for acknowledging the amendment, detailing that offers must include acknowledgment by particular methods before the specified deadline. The RFQ closing date has been extended to September 10, 2024, at 5 PM PDT. The amendment clarifies that the government intends to award a single, firm fixed-price purchase order with a performance period from September 30, 2024, to January 31, 2026. The amendment mentions that any changes to previously submitted offers must reference the current solicitation and amendment. The document highlights adherence to the appropriate Federal Acquisition Regulation (FAR) guidelines, ensuring continuing compliance with contract terms. Overall, this amendment serves to provide critical updates and maintain transparency in the contracting process, ensuring that potential vendors are well-informed and can respond adequately to the solicitation.
    The document outlines Request for Quotation (RFQ) #140P8124Q0057 issued by the National Park Service (NPS) for the installation of an audio/visual (A/V) system at Lake Mead National Recreation Area. It includes a firm fixed price contract for the main installation with follow-on maintenance and support over a period extending from September 30, 2024, to January 31, 2026, and outlines optional maintenance services for subsequent years if exercised. The RFQ is open only to small businesses as defined by the North American Industry Classification System (NAICS) code 334310 with a size standard of 750 employees. Proposals will be evaluated based on price, product features and warranty, and relevant experience, with interested parties required to register in the System for Award Management (SAM). The document also details submission requirements, Federal Acquisition Regulation (FAR) clauses applicable to the contract, and payment processing through the U.S. Department of the Treasury's Invoice Processing Platform (IPP), emphasizing compliance with prompt payment regulations. Overall, the RFQ reflects a commitment to sourcing qualified vendors while supporting small business participation.
    Lifecycle
    Similar Opportunities
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    SS Battery Monitor System
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking proposals for the procurement of a Station Service Battery Monitor System to replace the existing system at Parker Dam, California. The project entails supplying, connecting, and commissioning a new monitoring system, which includes specific hardware, software requirements, and communication interfaces, along with installation, testing, and training for operational staff. This initiative is crucial for ensuring the reliability of equipment and the effective management of water resources, while also adhering to safety standards throughout the project. Interested vendors must submit their quotes electronically by September 19, 2024, with a delivery deadline set for October 31, 2024. For further inquiries, potential bidders can contact Jessie Conden at jconden@usbr.gov or by phone at 702-293-8128.
    58--NCR-WOTR: REPLACE VIDEO SECURITY SYSTEM
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the video security system at Wolf Trap National Park for the Performing Arts. The project aims to enhance safety and security for visitors, staff, and performers by replacing the outdated analog CCTV system with a modern, reliable surveillance solution that meets national and state code requirements. This procurement is a Total Small Business Set Aside under NAICS code 238210, with a firm fixed-price contract anticipated, and proposals are due by 12:00 PM Eastern Time on September 20, 2024. Interested contractors should contact Franklin Mahan at franklinmahan@nps.gov or call 240-741-3727 for further details.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    7B--Facility Management System Motion Control Engineer
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.