Training Room AV Equipment
ID: 19UK5624Q0052Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY LONDONWASHINGTON, DC, 20520, USA

NAICS

Audio and Video Equipment ManufacturingT (3343)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The US Embassy in London seeks quotations from UK-based companies for an AV equipment upgrade in its training rooms. The main goal is to enhance streaming capabilities with cutting-edge technology. This includes installing monitors, brackets, cameras, and microphones, along with engineering services, staff training, and a one-year warranty.

    The scope of work involves a detailed site visit, security clearance, and the installation of specific AV equipment, with a focus on compliance with national security protocols. The equipment includes commercial-grade monitors, a ceiling-mounted camera, a microphone system, and associated hardware. The contractor will provide engineering support, staff training, and a warranty, working closely with the Embassy's IT team.

    Companies interested in applying should be registered on the SAM.gov platform, which is a prerequisite for doing business with the US government. Additionally, vendors must complete a contractor certification form, providing detailed personal information and employment history. The certification process involves a rigorous background check.

    The opportunity seeks to award a contract based on initial quotations, with compulsion to register on SAM.gov for awards over $30,000. The pre-quotation conference is scheduled for August 19, 2024, followed by a submission deadline on August 27, 2024.

    Applications will be evaluated based on their compliance with national security protocols, cost-effectiveness, technical compliance, and past performance. Offerors must provide detailed disclosures about their telecommunications equipment and services, especially those related to specific brands and models.

    For any clarifications or questions, interested parties should contact LondonProc@state.gov.

    Point(s) of Contact
    London Contracting Officer
    LondonProc@state.gov
    Files
    Title
    Posted
    The U.S. Embassy's Human Resources section seeks a UK-based vendor to upgrade its training room's audio-visual equipment for streaming purposes. The main objective is to install and configure cutting-edge AV equipment, including monitors, brackets, a camera, and a ceiling microphone. The vendor will also provide engineering services, staff training, and a one-year warranty. Security clearance and strict conduct standards are emphasized due to the diplomatic nature of the facility. Pricing for the equipment, installation, training, and warranty is required. Vendors must demonstrate competency and provide references. The evaluation process prioritizes cost-effectiveness, technical compliance, and contractor responsibility, with an emphasis on past performance and project relevance. Key dates and other administrative details are not highlighted in this particular file, but are assumed to be present in the typical government procurement process.
    The Quick Start Guide assists international entities in registering on SAM.gov, a free platform for doing business with the U.S. government. Registration is a prerequisite for bidding on contracts, applying for financial assistance, or both. This comprehensive guide outlines the step-by-step process, emphasizing the need for accurate and timely information. International entities must obtain an NCAGE code prior to registration, which can take up to three business days. The guide also outlines the entity details to be provided, including legal name, address, business type, and certifications. Entities must also authorize an individual to conduct transactions on their behalf. The registration process is detailed, with a review period of up to ten business days before activation. Once registered, entities can access various opportunities, with contracts and financial awards as the primary objectives.
    The file contains an application form for contractor certification, aiming to gather detailed personal information about the applicant. This form is likely a security clearance application, requiring candidates to disclose personal details, employment history, and any relevant legal or residence-related information. Applicants must provide comprehensive responses, and any false statements could lead to rejection. The form aims to assess an individual's suitability and eligibility for sensitive government contracting work, focusing on security and background checks. The process includes an authorization for the release of information, allowing investigators to obtain additional details about the applicant's background from various sources. Key dates and deadlines for submission are missing, indicating that this is a living document subject to ongoing evaluation as applications are received.
    The American Embassy in London issues a request for quotations, seeking vendors to supply and install advanced audiovisual equipment and provide corresponding training. The primary objective is to procure two sizes of commercial-grade monitors, each with accompanying mounting brackets. Additionally, the embassy requires a ceiling-mounted camera with tracking capabilities, a ceiling microphone system, and an Extron Media Port 300, along with necessary cabling and rack installation. The embassy seeks quotes for the supply and configuration of these AV components and requests training for four employees, emphasizing a minimum of four hours of instruction. Vendors are invited to submit quotations for the specified items, including pricing details, with an August 26, 2024 deadline. Evaluation of submissions will likely consider factors such as price and compatibility with specified equipment. This RFQ does not obligate the embassy to commit to any costs or contracts.
    The primary objective of this procurement is to obtain representations from vendors regarding their compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. This section prohibits the use of certain telecommunications equipment or services that are considered a security risk. Vendors are required to provide representations and disclosures about their products or services, ensuring they meet the specified requirements. The RFP aims to gather detailed information about the telecommunications and video surveillance equipment and services offered, including manufacturer details, model numbers, and proposed usage. This is a crucial step in the procurement process, as it ensures the government only contracts with vendors that adhere to national security protocols. Vendors are expected to provide this information by the given deadline, and evaluations will be conducted based on the completeness and accuracy of their representations and disclosures.
    The primary objective of this procurement is to acquire compliance assurances and disclosures from offerors regarding the use of specific telecommunications equipment and services. The focus is on avoiding equipment or services produced by Huawei, ZTE, Hytera, Hangzhou Hikvision, or Dahua, as well as those connected to the government of a covered foreign country, namely China. Offerors must provide detailed representations and disclosures if they intend to provide covered equipment or services or if they already utilize them. This file contains a list of requirements for offerors, mandating that they declare and provide detailed information about their telecommunications equipment and services, with specific brand and model number disclosures. The aim is to ensure compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors are expected to submit information about their equipment and services, including brand names, models, and descriptions, with stricter guidelines for those providing covered equipment or services. They must explain their proposed usage and provide mitigation strategies. The government seeks to award contracts to vendors who can demonstrate compliance with these stringent requirements and provide the necessary disclosures. No specific contract details or timelines are mentioned, indicating that the priority is on gathering comprehensive information from offerors about their telecommunications equipment and services, and their adherence to the specified prohibitions and exceptions. The evaluation of proposals will likely focus on the thoroughness of these disclosures and the extent to which offerors can ensure compliance with the telecommunications-related restrictions.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    AV Equipment Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking vendors to provide audio-visual (AV) equipment repair services for legacy analog devices used within its Investigations Directorate's Forensic Services Division. The primary objective is to maintain and repair various audio and video playback and recording devices, ensuring their functionality for ongoing investigations, which is critical for preserving forensic capabilities and restoring legacy media. The contract will be awarded as a Firm Fixed Price (FFP), with delivery expected by January 2025 to a designated address in Washington, DC. Interested vendors should contact Devanee Taylor at devanee.taylor@usss.dhs.gov or Matthew Sutton at matthew.sutton@usss.dhs.gov for further details and to discuss the requirements outlined in the attached Statement of Requirements.
    Hardware/Software Maintenance Agreement for Sony Switcher Equipment
    Active
    None
    Sources Sought Department of Miscellaneous is seeking a Hardware/Software Maintenance Agreement for Sony Switcher Equipment. This agreement is intended for the maintenance and support of Sony Switcher Equipment. The place of performance is 330 Independence Avenue, Washington, DC, 20237, USA. The primary contact for this procurement is Amber L. Gray, Contract Specialist, who can be reached at agray@bbg.gov or 2023827812. The secondary contact is Jacob Acosta, Contracting Officer, who can be reached at jacobacosta@usagm.gov. The solicitation notice is not a request for competitive quotes, but all responsible sources may submit a quote. The deadline for quotes is November 2, 2018, 3:00 pm ET. The Government will determine whether to further compete this requirement based on the responses received. The United States Agency for Global Media (USAGM) intends to negotiate and award a firm fixed price purchase order to Strategic Communications, a small business and authorized reseller of the Sony Support Retrieval Switchers. The proposed contract action is for a service maintenance agreement.
    58--A/V Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    USCG Academy Audio/Video for Commencement Exercises
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide audio-visual services for the Coast Guard Academy's commencement exercises in New London, Connecticut. The procurement includes the provision of equipment, operation, labor, materials, supervision, and transportation necessary for high-quality audio, video, lighting, and temporary power setups, as well as media staging and decorative elements for the event scheduled for May 21, 2025. This contract is significant as it supports a large-scale governmental event, accommodating approximately 2,475 guests and ensuring compliance with federal standards for safety and presentation. Interested small businesses must submit their proposals by October 24, 2024, with the total estimated contract value around $40 million, and inquiries can be directed to Tyrone Minnifield at Tyrone.Minnifield2@uscg.mil or by phone at 206-815-3300.
    Exhibition Audio Visual (AV) Design Services - Orientation Gallery
    Active
    Library Of Congress
    The Library of Congress is seeking a contractor to provide comprehensive audiovisual (AV) design services for the new Orientation Gallery, set to open in Spring 2027. The contractor will be responsible for the onsite production, installation, and integration of various AV systems, including interactive displays and multimedia experiences that highlight the Library's collections. This project is crucial for enhancing visitor engagement and accessibility within the gallery, ensuring that the exhibits are both informative and interactive. Interested parties can contact Ramon Samuel at rsamuel@loc.gov or Moji Adejuwon at moad@loc.gov for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Room and Conference Package Mandaue City Cebu
    Active
    State, Department Of
    The US Embassy in Manila is seeking quotations for a Room and Conference Package in Mandaue City, Cebu. The contract, planned to be awarded in the fourth week of August 2024, aims to secure accommodations and conference facilities. Prospective vendors must register in the SAM database and adhere to the specified file format and size limitations for their offers. The Embassy requires a comprehensive package that includes accommodations and conference spaces, essential for conducting official business in the region. The contract will be awarded based on the lowest priced technically acceptable offer. This opportunity is specifically for accommodations and conference services in the Philippines, crucial for diplomatic engagements and operations. Vendors interested in responding to this pre-solicitation notice should ensure their SAM registration and prepare their offers in the specified format. Contact details are available for Steven L. Ovard and RANDY D. DAYRIT at the US Embassy, Manila. The solicitation is expected to include further details, with a firm fixed price contract anticipated.
    Request for Information (RFI) - DSCC Columbus Studios
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is issuing a Request for Information (RFI) for the upgrade of broadcasting equipment in the DLA J1 Training Studios located at the Defense Supply Center in Columbus, Ohio. The objective of this procurement is to install, configure, and test new broadcasting systems to enhance distance learning capabilities, ensuring high-quality audio-visual setups and interactive training sessions. This initiative is crucial for modernizing training facilities to better support operational needs within the DLA and DoD, with a focus on compliance with security and accessibility standards. Interested vendors are encouraged to attend a mandatory pre-proposal site visit on October 15, 2024, at 10:00 AM EST, and must notify the contracting specialist, Becky Hard, by October 11, 2024, to confirm attendance. For further inquiries, vendors can reach out to Becky Hard at Becky.Hard@dla.mil or Ivan Badillo at ivan.badillo@dla.mil.
    REQUEST FOR INFORMATION (RFI) FOR UNIFIED COMMUNICATIONS AS A SERVICE SOLUTION
    Active
    State, Department Of
    The U.S. Department of State's Bureau of Diplomatic Technology is seeking information from vendors capable of providing a Unified Communications as a Service (UCaaS) solution to enhance communication for State personnel and global stakeholders. The solution must include a cloud-based platform with robust video conferencing capabilities that can operate effectively in low bandwidth conditions and support scalability for various event sizes, including large-scale internal and public-facing events. This initiative is critical for facilitating effective diplomatic missions and collaboration across multiple government and external partners. Interested vendors must submit their responses, including company information and capability assessments, by October 21, 2024, to Paul Virostek at virostekp@state.gov.
    NMUSAF Public Address System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting quotes for the installation of a Public Address System at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The project aims to enhance communication capabilities across multiple buildings and outdoor areas within the museum, ensuring reliable coverage for high visitor volumes and integrating with existing security measures. This procurement is structured as a firm fixed-price contract, with a requirement for completion within 120 days post-award, and is set aside exclusively for small businesses under NAICS code 334310. Interested vendors must submit their quotes electronically by October 24, 2024, at 12:00 PM EST, and can direct inquiries to Contract Specialist Jenna Sizemore at jenna.sizemore.1@us.af.mil or Contracting Officer Shannon Scott at shannon.scott.4@us.af.mil.
    WiFi Installation Prep Work
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Bujumbura, Burundi, has issued a solicitation for WiFi installation preparation work, identified as RFQ 19BY7024Q0014. The procurement aims to engage qualified contractors for tasks including drilling wall penetrations and installing sleeves, adhering to specific safety protocols and materials requirements. This project is crucial for enhancing the embassy's operational capabilities through improved network support services. Interested contractors must submit their proposals by July 25, 2024, at 1600 local time, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact the Bujumbura Procurement Section at BujProcurement@state.gov or Jamie Fleischhacker at fleischhackerjm@state.gov.