LEWI_AV Upgrade
ID: 140P2125Q0046Type: Combined Synopsis/Solicitation
AwardedMay 9, 2025
$98.8K$98,788
AwardeeNO LIMITS AUDIO/VISUAL, INCORPORATED 3728 N BROADWAY AVE Muncie IN 47303 USA
Award #:140P2125P0031
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking proposals for the upgrade of audiovisual (AV) systems at the Lewis and Clark National Historic Site, specifically in the Ross Peterson Theater and Netul River Room. The project aims to modernize existing AV systems to enhance user experience, accessibility, and functionality, requiring contractors to provide all necessary labor, materials, and services for planning, design, installation, and staff training. This initiative is crucial for improving educational outreach and public presentations at the park, with a focus on compliance with federal regulations and accessibility standards. Interested small businesses must submit their proposals by April 21, 2025, and can contact Robert Adamson at robert_adamson@nps.gov or 301-502-0076 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has established standard specifications for audiovisual presentation systems and equipment to ensure high-quality delivery and integration of audiovisual systems across its facilities. The document is methodically organized into sections covering essential aspects such as project management, equipment specifications, planning and design, installation, accessibility features, and media production guidelines. Key points include the necessity for assistive listening systems, audio descriptions for the visually impaired, and captions for the hearing impaired to enhance accessibility, complying with various laws including the Americans with Disabilities Act. Project management requires clear communication between contractors, designated representatives, and oversight processes to track progress and maintain quality. Specifications stress the importance of utilizing industrial-grade equipment and proper installation techniques, with a focus on minimizing maintenance needs and ensuring ease of use. The document sets rigorous requirements for submittals, reviews, and closeout packages, emphasizing detailed documentation for all equipment and processes involved. By providing a clear framework, the NPS aims to ensure all audiovisual installations enhance visitor experience and align with federal standards for accessibility and quality.
    The Lewis and Clark National Historical Park (NHP) is planning an assessment and upgrade of the audiovisual (AV) systems in the Ross Peterson Theater and the Netul River Room. These upgrades aim to modernize non-historic, recently renovated spaces to enhance functionality. The assessment reveals room dimensions, existing equipment specifications, and current functionalities, which include various AV components and projectors located in both rooms. Key enhancements include replacing primary AV equipment, adding media players, and improving connectivity options for staff and presenters. The upgrade plan incorporates features like wireless control systems, assistive listening devices, and pushbutton backups to facilitate better user experience. The upgrades signify a commitment to maintaining high-quality audiovisual standards for public presentations and events at the park. Equipment specialist Patrick Shiflett from Harpers Ferry Center will oversee transitioning media files to the contractor post-site visit, ensuring the efficient installation of the new AV system.
    The document details a proposal for audio-visual equipment installation at the Lewis and Clark National Historical Park, specifically for the Ross Peterson Theater and Netul River Room. It outlines the required materials and equipment, such as video processors, projectors, audio amplifiers, and microphones, classified under different categories including video processing, audio processing, accessibility, presentation, and power. The total costs for materials, contractor labor, and mobilization are yet unspecified but are structured into segments indicating quantities and units required. The proposal highlights the need for a system that meets specified operational criteria, allowing bidders to adjust components for functionality. With options for additional equipment and contractor labor rates, the document underscores the goal of establishing fully functional audio-visual systems that enhance visitor experience at the park. The emphasis on flexibility regarding components demonstrates the project’s adaptability to the specific environment and acoustic needs of each space, ensuring alignment with government RFP requirements for equipment and installation services.
    The LEWI AV Upgrade project outlines the requirements and expectations for upgrading the audiovisual systems within designated facilities. The project poses no additional capabilities or budget constraints, although competitive bidding is crucial. Installation is allowed during operational hours, with existing conduits reusable for the setup. Key focuses include ensuring compliance with specific federal regulations, testing, and staff training without requiring extensive ADA adaptations or remote monitoring capabilities. Additionally, all equipment must meet size and compatibility standards without necessitating new pathways for cabling. The project seeks a comprehensive upgrade while maintaining operational integrity of the facilities, fostering small business participation. The document emphasizes clarity on responsibilities, training needs, and equipment specifications necessary to align with government stipulations, ensuring a rigorous compliance framework for potential bidders. Overall, the project's scope is centered on delivering a functional, compliant AV system while adhering to time and budget considerations laid out in the formal Request for Proposal (RFP).
    The document outlines the amendment to solicitation number 140P2125Q0046, detailing necessary instructions for acknowledging receipt. Specifically, it emphasizes methods for receiving the amendment, such as acknowledgment through copies submitted or separate communication. The amendment modifies contract terms, particularly clauses 52.212-5 and 52.212-3, which address recent legislative changes and compliance requirements for contractors. The revision updates various Federal Acquisition Regulation (FAR) clauses, ensuring adherence to federal laws regarding labor practices, small business provisions, and procurement standards. Key deadlines, including the due date for quotes on April 21, 2025, are reiterated. This document is part of a broader effort to ensure transparency and compliance in federal contracts, reflecting the government's commitment to uphold legal standards and promote fair business practices, particularly for small and veteran-owned enterprises.
    This document outlines a combined synopsis/solicitation by the National Park Service for proposals to upgrade and install audiovisual (AV) systems at the Lewis and Clark National Historic Park. Contracting under solicitation number 140P2125Q0046, the project is a small business set-aside with an estimated size standard of $19 million under NAICS code 238210. The contractor will be responsible for providing all necessary labor, materials, equipment, and services to plan, design, develop, install, train staff, and warranty an AV system for the visitor center's Ross Peterson Theater and Netul River Room. The project involves replacing existing systems with updated technology designed for enhanced user experience, accessibility, and function. Contractors must be registered with SAM.gov and submit proposals by April 21, 2025. Key submission criteria, evaluation factors, and compliance with federal acquisition regulations are specified, including clauses relating to ethical conduct and contract terms. The performance period for installation is defined, concluding with final deliverables due by July 31, 2026. This solicitation underscores the government's pursuit of modernization in public facilities, enhancing educational outreach through improved AV capabilities.
    Lifecycle
    Title
    Type
    LEWI_AV Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.