This document is a combined synopsis/solicitation (RFP 70US0926R70093555) for Video Wall Equipment and Support Services, issued by the United States Secret Service (USSS). It is a total small business set-aside with NAICS code 334310. The USSS intends to award multiple five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for the period of February 26, 2026 – February 25, 2031. The solicitation outlines a two-phase, multi-step advisory down-select strategy, where Phase I evaluations are more critical. Proposals must be submitted electronically by January 17, 2026, 1:00 PM EST, and questions by January 2, 2026, 1:00 PM EST. The SOW details requirements for AV equipment procurement, set-up, installation, repair, maintenance, system design, and temporary renovation services for USSS offices and National Special Security Events. Evaluation factors include Corporate Experience, Management Approach, Past Performance, Technical Demonstration/Oral Presentations, and Price, with technical factors being more important than price.
This Request for Proposal (RFP) (Amendment 1-RFP dated 01/06/2026) is issued by the USSS for Video Wall Equipment and Support Services, specifically for a total small business set-aside under NAICS code 334310. The anticipated contract period is February 26, 2026 – February 25, 2031, with the intent to award multiple five-year, indefinite-delivery, indefinite-quantity (IDIQ) contracts. The solicitation details proposal submission instructions, including a deadline of January 16, 2026, at 1:00 PM EST, and a question submission deadline of January 2, 2026, at 1:00 PM EST. Proposals will undergo a two-phase multi-step advisory down-select strategy and will be evaluated based on Corporate Experience, Management Approach, Past Performance, Technical Demonstration/Oral Presentations, and Price. The Statement of Work outlines the need for video wall technology, including procurement, setup, installation, repair, maintenance, and renovation services for USSS offices and National Special Security Events (NSSEs). It also lists specific AV hardware and services required, along with warranty and maintenance details for acquired equipment. The evaluation places higher importance on technical factors (Corporate Experience, Management Approach, Past Performance) over Technical Demonstration/Oral Presentations and Price.
The "AMENDMENT 1-ATTACHMENT 2 – CORPORATE EXPERIENCE/PAST PERFORMANCE QUESTIONNAIRE" (70US0926R70093555) is a crucial document for evaluating offerors' past performance in government contracts. This questionnaire, issued by the United States Secret Service Procurement Office, requires offerors to provide detailed information about their past projects, including client/agency names, contract numbers, total amounts, and performance periods. It assesses contractors on various performance aspects such as quality, timeliness, cost control, business relations, and customer satisfaction. The evaluation uses a rating scale from "Excellent" to "Unsatisfactory," with "Neutral" as an option for cases with no relevant performance history. The questionnaire includes 12 specific questions covering areas like issue mitigation, technical document preparation, government oversight, project management, innovative technology use, cost and schedule management, visibility into project metrics, stakeholder management, personnel resources, labor mix, communication, and subcontractor management. Completed questionnaires must be emailed to Keisha Pender (Keisha.Pender@usss.dhs.gov) by January 16, 2026, at 1:00 pm EDT.
This government Statement of Work (SOW) outlines the United States Secret Service's (USSS) requirement for a non-personal services contract to provide video wall equipment and installation, maintenance, and renovation services for large events and operations centers. The USSS requires flexibility due to varying physical spaces and accelerated timelines for National Special Security Events (NSSEs), which necessitate Multi-Agency Communications Centers (MACCs) with integrated AV video walls. The contract objectives include procurement of AV equipment, set-up, installation, system design modification, repair, maintenance, and renovation services to support visual and acoustic design. Key personnel, including an AV Programmer, Senior Installer, Master Commercial Carpenter Drywall Installer/Finisher, and Master Commercial Electrician, are required. The contractor must be an approved reseller for specific manufacturers like Samsung, NEC, Cisco, and AMX. The contract is a Firm-Fixed Price award with a delivery date of July 1, 2026, to Washington, D.C.
Attachment 4 clarifies various aspects of a federal government RFP, focusing on video wall installations and related services for the U.S. Secret Service (USSS). Key clarifications include technical specifications for video walls (e.g., 0.63 mm pixel pitch, 700 cd/m² brightness, 0.44 mm bezel width), required resolutions (native Full HD with 4K UHD support), and specific array configurations for seven operational spaces. The document also details personnel requirements, designating the Project Manager as the sole Key Personnel at the IDIQ level, with other technical roles required at the Task Order level. Proposal submission guidelines, including email subject line format and volume organization for resumes and past performance, are provided. The USSS emphasizes a preference for comprehensive, turnkey AV solutions, defining 'protective events,' 'High Security Events,' and 'National Special Security Events' to clarify past performance requirements. It also addresses pricing, delivery, equipment substitution, and contractor responsibilities for warranties and site restoration. The document confirms that pricing sheets are due in Phase II and that the base contract's primary location is Washington, D.C., with potential task orders throughout the Continental United States.
The NSSE Ceiling Price Worksheet outlines pricing instructions for Video Wall Equipment, Supplies, and Services. Offerors must propose unit prices for assets on the "Ceiling Pricing Worksheet Asset" tab and fully loaded labor rates on the "Ceiling Pricing Worksheet Labor" tab, completing yellow-shaded areas. Blue-shaded areas allow overrides to calculated prices. The document lists numerous items including various display monitors (e.g., Samsung, NEC), video wall mounts and carts (Chief Fusion), various cables (HDMI, DisplayPort, USB-C), network equipment (Cisco, Netgear, Juniper switches, PoE injectors), audio equipment (Shure microphones, JBL speakers, BSS signal processors), cases for equipment, and staging components (National Public Seating, Ameristage). It also details labor rates for standard and after-hours work. The escalation rate is proposed at 0.00%. The file provides a comprehensive list of equipment and services with corresponding units for five ordering periods and an option to extend services.
The document is Attachment 2, a Corporate Experience/Past Performance Questionnaire (70US0926R70093555) for an Offeror seeking a government contract. It serves as an evaluation tool for a contractor's past performance, focusing on areas such as quality, timeliness, cost control, business relations, and customer satisfaction. The questionnaire requires detailed information about past contracts, including client/agency, contract number, total amount, and period of performance. Respondents are asked to rate the contractor's performance across twelve specific questions using a scale from Excellent to Unsatisfactory, with a 'Neutral' option for no relevant history. Each rating requires supporting comments. Key evaluation criteria include issue identification and mitigation, technical document preparation, government oversight minimization, project and cost management, utilization of innovative technologies, transparency, stakeholder management, personnel resources, labor mix, communication, and subcontractor management. Completed questionnaires must be emailed to the United States Secret Service Procurement Office by January 2, 2026, at 1:00 pm EDT.
The United States Secret Service (USSS) is seeking a contractor to provide video wall equipment and installation services for large events, including National Special Security Events (NSSEs) and USSS offices. The contract is a non-personal services, firm-fixed-price award, requiring the contractor to supply AV equipment, installation, system design, repair, maintenance, and temporary renovation services. Key objectives include procuring new AV equipment, setting up and installing systems, modifying designs for security compliance, and providing repair, maintenance, and renovation services for temporary spaces. The contractor must be an approved reseller of specific manufacturers like Samsung, NEC, Cisco, and AMX. The scope encompasses various AV hardware categories, comprehensive AV services (transportation, design, setup/breakdown, repair, on-site operational support, programming, troubleshooting, maintenance, and equipment rental/leasing), and temporary renovation services (structural reinforcement, painting, sound abatement, door hanging, low voltage cabling, and electrical work). The contract also outlines specific tasks for installation surveys, cabling services, control system programming, and detailed temporary renovation services for various room sizes. Key personnel, including an AV Programmer, AV Senior Installer, Master Commercial Carpenter Drywall Installer/Finisher, and Master Commercial Electrician, are essential. The delivery date is July 1, 2025, in Washington, DC, with a 36-month warranty for all acquired items.
The document, titled "Attachment 4 Solicitation Clarification/Questions Request Form," is a template used in government solicitations, specifically identified by the number 70US0926R70093555. Its primary purpose is to facilitate a structured process for prospective bidders to submit questions and for the issuing agency to provide official answers regarding a Request for Proposal (RFP) or similar procurement document. The form includes numbered fields for questions, references to specific sections of the solicitation, and a designated space for the corresponding answers. This mechanism ensures transparency and provides equal access to information for all interested parties, which is crucial in federal RFPs, federal grants, and state/local RFPs to maintain fairness and clarity throughout the bidding process.