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 United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.

    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.
    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
    Direct-View LED Video Wall for Auditorium with Sound System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is conducting market research for the procurement of two large-format direct-view LED (DvLED) video walls and an accompanying sound system for a new auditorium at its National Computer Forensics Institute training facility in Hoover, Alabama. The RFI seeks industry input on the technical feasibility of proposed solutions, including the Nanolumens Engage Series video walls and JBL SRX900 Series sound systems, as well as vendor capabilities, cost considerations, and regulatory compliance. This auditorium, designed to seat 250 individuals, is currently under construction and is expected to be completed by June 2027. Interested vendors should submit their responses by December 31, 2025, and can contact LorieAnne Kliewer or Matthew Sutton via email for further information.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    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, specifically the Federal Protective Service, is seeking a contractor 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 the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    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 U.S. 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 perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and 24/7 technical support, in compliance with DHS directives. This procurement is particularly significant as it aims to enhance security measures at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses, especially Women-Owned and Economically Disadvantaged Women-Owned Small Businesses, must submit their quotes by December 15, 2025, and can contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further information.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    Modular Firing Range Classroom Structures
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking potential vendors for the lease, installation, and removal of Modular Firing Range Support Classrooms at the James J. Rowley Training Center in Laurel, Maryland. The procurement involves providing three prefabricated modular structures, including two classrooms designed for 24 students each and a modular toilet facility, all of which must meet specific design and compliance standards, including air conditioning and adherence to 2025 safety and ADA regulations. This initiative is crucial for enhancing training capabilities and ensuring compliance with federal standards. Interested parties must submit their responses, detailing their capabilities and past experience, by January 5, 2026, at 4:00 PM ET, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov.
    Tactical Village Modular Firing Ranges
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors for the design, prefabrication, transportation, and onsite installation of two adjoining Modular Firing Range (MFR) systems at the James J. Rowley Training Center or another designated federal property. The project aims to enhance training capabilities for agents and officers by expanding firearms range facilities to accommodate increased training demands, while ensuring compliance with stringent federal, state, and local regulations regarding safety and environmental standards. Interested contractors must demonstrate relevant experience in range design and construction, with capabilities statements due by January 5, 2026, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov. This opportunity is categorized as a Sources Sought notice, and no set-aside is used for this procurement.
    Travel Management Center (TMC) Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.