N--A/V Equipment and Installation Requirement
ID: 140D0425Q0226Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Department of the Interior is seeking qualified contractors for the design and installation of audio/visual (A/V) equipment at the Denver Federal Center, as outlined in solicitation number 140D0425Q0226. The procurement requires comprehensive design services, equipment installation, and staff training, with a performance period from March 28, 2025, to September 27, 2025. This project is crucial for enhancing communication and operational efficiency within the Office of Restoration and Damage Assessment (ORDA), ensuring that the A/V systems meet specific requirements for various meeting formats. Interested contractors should contact Catherine Mattocks at catherine_mattocks@ibc.doi.gov or call 703-964-8409 for further details, and proposals must adhere to the guidelines set forth in the solicitation documents.

    Point(s) of Contact
    Mattocks, Catherine
    (703) 964-8409
    (907) 271-4788
    CATHERINE_MATTOCKS@IBC.DOI.GOV
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personnel services contract for the design and installation of audio-visual (A/V) communication equipment in the Office of Restoration and Damage Assessment (ORDA) at the Denver Federal Center. The Department of the Interior (DOI) seeks a contractor to manage the project's planning, design, equipment acquisition, installation, and staff training within a six-month timeframe. Key tasks include providing comprehensive design, management of A/V equipment procurement, and installation across designated offices. The contractor must adhere to specified quality control measures, secure government compliance, and ensure effective communication throughout the project. The contract emphasizes the need for understanding the physical layout of the designated rooms and accommodating specific equipment requirements for different meeting formats. The contractor is responsible for project management, including a kick-off meeting, regular communication, and submitting detailed plans for design, procurement, and installation. The focus is on high-quality integration of A/V components that support collaborative environments, while following federal regulations and ensuring post-installation training for staff on the new systems. This PWS details the expectations and deliverables necessary for successful integration of A/V technology, supporting the DOIs operational efficiency and communication objectives, with strict adherence to installation timelines and quality standards.
    The document outlines the requirements for Task 4.2, Task 4.3, and Task 4.4 as part of a federal RFP process, focused on design services, equipment installation, and staff training. It specifies that proposals must include a design proposal alongside a procurement and installation plan. Additionally, bidders are instructed to provide a detailed equipment list with itemized pricing, indicating the standard and discounted costs per item, as well as the total costs based on quantity. The government emphasizes the necessity for bidders to offer any available discounts. The primary objective aligns with ensuring the effective delivery of services and equipment needed for operations, highlighting the importance of cost transparency and comprehensive planning in compliance with federal requirements.
    The document outlines the "Register of Wage Determinations" under the Service Contract Act (SCA) issued by the U.S. Department of Labor. It specifies the minimum wage rates and benefit requirements for contractors and workers in various occupations for contracts effective in Colorado. Notably, contracts established on or after January 30, 2022, must adhere to Executive Order 14026, mandating at least $17.75 per hour in 2025 for covered workers. It details wage rates for numerous positions, from administrative roles to skilled trades, alongside applicable fringe benefits, including health and welfare, vacation, and holiday pay. The document also addresses compliance mechanisms for unlisted job classes through the conformance process, ensuring equitable pay related to the tasks performed. Further regulations include provisions for paid sick leave under Executive Order 13706. The content emphasizes the legal obligations of contractors to uphold labor standards and protect worker rights, underscoring the government's commitment to fair compensation in service contracts.
    The document outlines a Q&A for the solicitation 140D0425Q0226 regarding an audio/visual (A/V) contract for equipment installation at the Denver Federal Center. Key topics include room dimensions for equipment setup, preferences for equipment placement, and design proposals. Specific room requirements include large screen displays for training rooms, a small touch panel for the huddle room, and preferences for separate monitor systems in the executive office. The contractor is required to provide a detailed design proposal post-award while proposing preliminary designs during the solicitation. Equipment and installation details, such as cable lengths and types, will be the contractor's responsibility. A site visit is not offered. Overall, the document serves to facilitate clarity on expectations and specifications for A/V installation within federal facilities, ensuring alignment with operational needs and compliance before proceeding with the project.
    This document serves as an amendment to solicitation number 140D0425Q0226 by the Acquisition Services Directorate, detailing modifications and requirements for offers regarding a government contract. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment before the specified deadline, through multiple accepted methods, to avoid offer rejection. It also allows the potential for changes to previously submitted offers via letter or electronic communication prior to the deadline. The document states that the purpose of this amendment is to provide questions and answers relevant to the solicitation, with a specified period of performance running from March 28, 2025, to September 27, 2025. Importantly, the amendment reinstates previous terms and conditions unchanged, maintaining legal continuity for potential contractors. Overall, this amendment is a procedural update aimed at ensuring clarity and compliance in the bidding process for government contracts.
    The document is a Request for Proposal (RFP) from the Department of the Interior’s Acquisition Services Directorate, issued by Catherine Mattocks, outlining requirements for contractor-provided service support in the design and installation of audio/visual equipment. The RFP specifies a contract for tasks such as design services, equipment installation, and staff training, under the North American Industry Classification Standard (NAICS) code 238210 for Electrical Contractors. The performance period runs from March 28, 2025, to September 27, 2025, and financial oversight is detailed, emphasizing compliance with Federal Acquisition Regulations (FAR) and various clauses relevant to commercial services. The document also mentions equal opportunity and small business participation, including provisions for service-disabled veteran-owned and economically disadvantaged women-owned small business concerns. This RFP aims to engage qualified contractors in fulfilling the interior’s audio/visual needs while adhering to government acquisition policies and ensuring quality deliverables.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Upgrade Video Wall and Provide Annual Service - La
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to upgrade the video wall system at Lake Mead National Recreation Area. The project involves the installation of four new video encoder inputs from the Milestone CCTV System, along with a one-year service agreement and potential extensions for up to three additional years. This upgrade is crucial for enhancing public safety operations across 1.5 million acres, as it will facilitate the management of approximately 330 CCTV cameras. Interested vendors must submit competitive quotes, including a project narrative and evidence of past experience, by the specified deadline to the contracting officer, Bradley Metler, at BradleyMetler@nps.gov. The project timeline for installation and training is set from March 2025 to June 2025, with service agreements commencing in July 2025.
    FDIC's Board Room Collective Technology Refresh
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the "Board Room Collective Technology Refresh" project, aimed at modernizing its board room and conference facilities in Arlington, Virginia. The procurement involves the design, construction, and installation of advanced audio-visual systems to enhance collaboration and broadcasting capabilities for both in-person and remote participants, ensuring a state-of-the-art environment for meetings. This initiative is critical for improving operational efficiency and communication within the FDIC, reflecting the agency's commitment to leveraging contemporary technologies. Interested contractors must submit their proposals by February 14, 2025, with inquiries directed to Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.
    N--ELECTRONIC SECURITY SYSTEM UPGRADE C58
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for an Electronic Security System Upgrade at the Wind River Agency Adult Detention Center in Fort Washakie, Wyoming. This project aims to enhance the facility's security infrastructure by installing modern systems, including CCTV, access control, intercoms, and duress alerts, with a budget estimated between $250,000 and $500,000. The upgrade is crucial for improving safety protocols and operational efficiency, reflecting the federal government's commitment to secure environments in detention facilities. Interested contractors must submit their quotes via email by February 26, 2025, and are encouraged to attend a site visit on February 12, 2025; for inquiries, contact Kathy Eder at Kathy.Eder@bia.gov or 406-247-7941.
    FLETC is seeking to procure a turn-key Audio/Video system with control system solution for a large executive conference room.
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking to procure a turn-key Audio/Video system with a control system solution for a large executive conference room located in Brunswick, Georgia. The procurement involves tasks such as designing, delivering, installing new A/V systems, and removing existing equipment, along with providing necessary training for FLETC personnel. This project is critical for enhancing communication and operational efficiency within the executive conference setting, ensuring that the facility meets modern technological standards. Interested small businesses must contact Lynda A. Bush at lynda.a.bush@fletc.dhs.gov or call 912-267-3128 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.
    SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing surveillance capabilities by installing a network-based security camera system that includes three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor security and operational efficiency at the historic site, with a required delivery date for the installation set for April 1, 2025. Interested bidders must submit detailed quotations via email, demonstrating their capabilities and compliance with federal requirements, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    ORPI FY25 LE FLEET DECOM & UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking quotations for vehicle equipment disassembly and upfitting services as part of the ORPI FY25 LE Fleet Decom & Upfit project. This procurement involves the installation of emergency and communications equipment in new Ford F150 trucks, with a focus on ensuring safety and operational effectiveness through specific installation requirements and compliance with federal standards. The project is designated as a 100% Small Business Set Aside, with a contract value expected to be under $25,000, and the period of performance is from February 26, 2025, to June 30, 2025. Interested vendors must submit their quotes via email to Donald Tremble at donaldtremble@nps.gov by the specified deadlines, adhering to all submission requirements outlined in the solicitation documents.
    SOURCES SOUGHT ONLY - Shelving Installation
    Buyer not available
    The Department of the Interior, through the Interior Business Center, is seeking information from qualified vendors for the installation of 300 units of records storage shelving at the American Indian Records Repository (AIRR) in Lenexa, Kansas. The procurement aims to identify Indian-owned Small Business Economic Enterprises (ISBEEs) capable of fulfilling the requirements outlined in a draft Statement of Work, which includes the delivery and installation of shelving that meets specific technical specifications and safety standards. This initiative is significant for enhancing the management of federal records storage, particularly for American Indian heritage documentation. Interested parties must submit their capability statements and essential business details via email by February 28, 2025, and should direct inquiries to Catherine Mattocks at CATHERINEMATTOCKS@IBC.DOI.GOV or by phone at 703-964-8409.
    NEIC UPS PREVENTATIVE MAINT.
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for the preventative and emergency maintenance of Liebert and APC uninterruptible power supply (UPS) systems at the Geologic Hazards Science Center in Golden, Colorado. The procurement aims to ensure the continuous operation of critical facilities, including the National Earthquake Information Center, by requiring contractors to provide all necessary materials, labor, and tools for biannual preventive maintenance and emergency repairs. This contract is vital for maintaining operational integrity and compliance with manufacturer standards, thereby minimizing downtime and ensuring adherence to safety regulations. Interested parties can contact Lisa Williams at ldwilliams@usgs.gov or by phone at 303-236-9327 for further details regarding the solicitation.
    58--A/V Equipment
    Buyer not available
    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.