Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
ID: 70US0926R70093555Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

IT AND TELECOM - IT MANAGEMENT AS A SERVICE (DF10)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a total small business set-aside contract. The procurement aims to provide comprehensive audio-visual solutions, including the procurement, installation, maintenance, and renovation of video wall technology for USSS offices and National Special Security Events (NSSEs). This initiative is critical for enhancing communication and operational capabilities during high-security events, necessitating flexible and reliable AV systems. Proposals are due by January 16, 2026, at 1:00 PM EST, with a contract period anticipated from February 26, 2026, to February 25, 2031. Interested parties can contact Keisha Pender at keisha.pender@usss.dhs.gov for further information.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals for the acquisition of Perimeter Security Assets through a Request for Proposal (RFP) designated as 70US0926R70093552. This procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses to provide temporary security solutions and coordination services for National Special Security Events (NSSEs) across the United States. The selected contractors will be responsible for managing the acquisition, installation, and removal of various security assets, including vehicle barriers and fencing, while adhering to strict timelines and security requirements. Proposals are due by 11:00 AM EST on January 20, 2026, and must include a comprehensive management approach, technical approach, past performance documentation, and pricing information. Interested parties can contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further inquiries.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to perform the installation in accordance with the provided Statement of Work (SOW), with a firm-fixed price contract structure and a performance period of no later than 90 calendar days after the Notice to Proceed. This procurement is a total small business set-aside, emphasizing the importance of security systems in federal facilities, and the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the deadline for quotation submissions has been extended to January 16, 2026, at 9:00 AM PT.
    CCTV Maintenance and Support Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the maintenance and support renewal of a Digital Signage over IP Network System. The procurement includes technical services such as quarterly preventative maintenance, 24/7 phone support, and annual support through the VITEC Platinum Service Program, which encompasses critical updates and training opportunities. This contract is vital for ensuring the operational efficiency of the digital signage system across various locations, with a performance period from February 1, 2026, to January 31, 2027. Interested small businesses must submit their quotations by January 14, 2026, at 12:00 PM EST, and can direct inquiries to Jeremy A. Wood at jeremy.a.wood@uscg.mil.
    Glazier Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    Aviation Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking industry input through a Request for Information (RFI) for aviation support services aimed at enhancing its protection mission. The USSS is looking to identify potential sources and solutions for dedicated fixed-wing aviation assets, addressing operational challenges such as scheduling constraints and security vulnerabilities associated with commercial air travel. This initiative is crucial for improving mission readiness and rapid deployment capabilities, with plans to establish a dedicated aviation capability starting with fixed-wing aircraft for 10-12 passengers in FY26, and expanding to accommodate 20-30 passengers in FY27 and beyond. Interested parties should submit their responses by January 12, 2026, to the primary contacts, Crystal Garcia at crystal.garcia@usss.dhs.gov and Sarah Diamond at sarah.diamond@usss.dhs.gov.
    Installation of AcoustiWall Fabric Stretch System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to install an AcoustiWall Fabric Stretch System in its conference center located in Washington, D.C. The project involves replacing existing acoustical wall surfaces that have reached the end of their service life, covering approximately 1,452 square feet, to ensure a professional appearance for mission-critical meetings. This procurement is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by January 16, 2026, and can direct inquiries to Isiah Mack at isiah.r.mack@uscg.mil or Samuel Salerno at Samuel.T.Salerno@uscg.mil.
    Surveillance System- USCG STA Yaquina Bay
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the removal and installation of a new TAA-compliant security camera system at the U.S. Coast Guard Station Yaquina Bay in Newport, Oregon. The project entails the design, procurement, and installation of up to nine cameras, ensuring 24/7 monitoring capabilities and a minimum of 30 days of video storage, while adhering to specific compliance requirements regarding materials. This procurement is set aside exclusively for small businesses, with quotes due by 3 PM PST on January 23, 2026, and a site visit scheduled for January 7, 2026. Interested vendors should contact Ava Stow at ava.m.stow@uscg.mil for further details and to RSVP for the site visit.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to install a new IDS in accordance with the revised Statement of Work, which includes upgrading to a commercial-grade, UL-listed IP-compatible system, installing keypads, glass break sensors, and integrating the IDS with the Physical Access Control System (PACS). This procurement is a 100% small business set-aside, with a firm-fixed-price contract to be awarded based on best value criteria, and all work must be completed within 90 calendar days following the Notice to Proceed. Interested contractors must register with the System for Award Management (SAM) and direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with the RFQ documents expected to be issued around November 24, 2025.
    Smart Storage Lockers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking information from qualified sources for a Smart Locker Storage Solution. This Request for Information (RFI) aims to identify potential contractors capable of providing a solution that meets specific requirements, including modular designs, advanced notifications, and compliance with security standards, to be installed at eight indoor locations in Washington, D.C. The solution is critical for securely storing clothing, law enforcement, and IT equipment, ensuring operational efficiency and security for the agency. Interested parties must submit a capabilities statement, not exceeding three pages, along with relevant experience and contract references by January 9, 2026, at 12:00 PM ET, to the primary contacts Aisha Collins and Jade Gaston via their provided email addresses.
    Replacement Trailers for Range 10
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals for the provision and installation of two prefabricated modular structures at Range 10, Ft. Meade, Maryland. The project requires a 24'x56' modular structure designed for office spaces, a classroom, restrooms, a storage closet, and a kitchenette, alongside a 12'x56' unit for weapons cleaning and storage, both of which must meet specific air-conditioning and utility requirements. These modular structures are critical for enhancing operational capabilities and ensuring compliance with federal regulations and building codes. Interested vendors should review the Request for Information (RFI) via the GSA link and submit their responses and capability statements to Crystal Pressley at crystal.pressley@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov.