PEVI AV System
ID: 140P6426Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

PHONOGRAPHS, RADIOS, AND TELEVISION SETS: HOME TYPE (7730)

Set Aside

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

    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 jordan_ellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Wage Determination No. 2015-5943 Revision No. 2, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in Ottawa County, Ohio, effective July 8, 2025. It details hourly wages for numerous occupations across various fields, including administrative support, automotive service, healthcare, and technical roles. The document specifies that contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, mandating a minimum of $17.75 per hour, while earlier contracts are under Executive Order 13658, requiring $13.30 per hour. Additionally, it covers fringe benefits such as health and welfare, vacation, and twelve paid holidays. Special provisions include paid sick leave under Executive Order 13706, hazardous pay differentials, and uniform allowances. The document also provides procedures for conforming unlisted occupations and their wage rates.
    The National Park Service is soliciting proposals for an AV System for Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, OH. This combined synopsis/solicitation (RFQ 140P6426Q0003) is set aside for Total Small Businesses with NAICS code 238210. Proposals are due by December 19, 2025, at 12:00 PM ET and should be emailed to jordan_ellis@nps.gov. The contract will be a firm-fixed price award, with a 180-day performance period. Evaluation factors include Price, Technical Capability, and Prior Experience. Offerors must be actively registered in SAM and meet small business size standards. Key submission requirements include a Capability Statement, Technical Plan, Project Schedule, Itemized Price, SAM Unique Entity ID, and acknowledgement of amendments. The solicitation also outlines various FAR clauses related to commercial products and services, supply chain security, and electronic invoicing via IPP. Additionally, the contractor is required to maintain liability insurance.
    Perry's Victory and International Peace Memorial seeks proposals to modernize its visitor center auditorium's audio/visual system. The project aims to enhance visitor experience, improve operational efficiency, and add presentation and accessibility features. The scope includes designing, installing, programming, and commissioning a new system with a Q-SYS core processor (or equivalent) for control, an iPad user interface, and BrightSign player (or equivalent) for video. It requires integration with existing TVs, speakers, and the Acuity Control nLight lighting system. New features include an HDMI input for presentations, updated assisted listening devices with descriptive audio capabilities, and a new wireless microphone. The period of performance is 180 days from contract award, anticipated for December 2025, allowing for equipment ordering over winter and on-site work in spring/early summer 2026. Quotes must include a capability statement, detailed technical plan, project timeline, and a line-itemized cost breakdown.
    Lifecycle
    Title
    Type
    PEVI AV System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--Beach Access Upgrades
    Buyer not available
    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.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    C1DA--AE Upgrade Fire Alarm Systems 538-26-200 - VAMC CHILLICOTHE
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the AE Upgrade Fire Alarm Systems project at the Chillicothe VA Medical Center in Ohio. The project aims to modernize the existing Simplex Fire Alarm system across 37 buildings, ensuring compliance with NFPA standards and enhancing safety through upgraded panels, network cards, and system graphics. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost between $500,000 and $1,000,000, and submissions are due by December 9, 2025, at 10:00 AM Eastern Time. Interested firms must contact Contract Specialist Matthew Curtis at matthew.curtis1@va.gov or by phone at 937-268-6511 x4639 for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@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
    Buyer not available
    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.
    Lorain Harbor West Breakwater Repair Phase II
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    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.