Consular Intercommunications (Intercom) System Replacement Project - U.S. Embassy Oslo, Norway
ID: PR15428226Type: Solicitation
Overview

Buyer

DEPARTMENT OF STATESTATE, DEPARTMENT OFUS EMBASSY OSLOWASHINGTON, DC, 20520, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)
Timeline
    Description

    The U.S. Embassy in Oslo, Norway, is soliciting quotations for the Consular Intercommunications (INTERCOM) System Replacement Project, identified by solicitation number 19N06025Q0011. The project aims to upgrade the intercom systems at six consular windows and a customer waiting area, requiring the removal of existing equipment and installation of new two-way intercom systems, along with testing and staff training to be completed within 90 calendar days of the notice to proceed. This procurement is critical for enhancing communication capabilities within the consular office, ensuring efficient service delivery to the public. Quotations are due by September 5, 2025, at 4:00 p.m. Norwegian local time, and interested vendors must register in the System for Award Management (SAM) and submit their proposals electronically to OsloGSOBids@state.gov, adhering to specified formats and size limitations. For further inquiries, vendors can contact the Oslo Procurement Team via email.

    Point(s) of Contact
    Oslo Procurement Team
    OsloGSOBids@state.gov
    Files
    Title
    Posted
    This document is a Standard Form 1449, "Solicitation/Contract/Order for Commercial Products and Commercial Services," specifically tailored for a Women-Owned Small Business (WOSB) set-aside. It details the requirements for the "Consular Intercommunication (INTERCOM) System Replacement Project" for the U.S. Embassy in Oslo, Norway. Key information includes the solicitation number (19N06025Q0011), the requisition number (PR15428226), and important dates such as the offer due date of August 7, 2025. The contracting officer is Caroline E. Harley. The document outlines sections for contractor/offeror information, payment details, and a schedule of supplies/services, emphasizing adherence to Federal Acquisition Regulation (FAR) clauses 52.212-1, 52.212-3, 52.212-4, and 52.212-5. It serves as a comprehensive template for both soliciting offers and awarding contracts for commercial items within federal procurement processes, with specific set-aside designations for small businesses.
    The Standard Form 1449 (SF-1449) is a solicitation/contract/order form for commercial products and services, used by the U.S. government for various acquisitions, including those set aside for specific business categories like Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). This document details requirements for a Consular Intercommunication (INTERCOM) System Replacement Project for the U.S. Embassy Oslo, specifying the solicitation number, issue date, offer due date, and administration details. It outlines sections for item descriptions, quantities, unit prices, and amounts, along with critical fields for contractor and government signatures. The form incorporates Federal Acquisition Regulation (FAR) clauses and outlines the process for invoicing and payment, emphasizing compliance and proper documentation for government procurements.
    The U.S. Embassy in Oslo, Norway, is soliciting quotations for the Consular Intercommunications Replacement Project, aiming to upgrade intercom systems at six consular windows and a customer waiting area. The contract will be a firm-fixed-price award to the lowest-priced, technically acceptable bidder. A pre-proposal conference and site visit will be held on August 21, 2025, with quotations due by September 5, 2025, at 4:00 p.m. Norwegian local time. Proposals must be in English, complete, and submitted electronically in specified formats (MS-Word, MS-Excel, or Adobe Acrobat PDF) not exceeding 30MB per file. Key requirements include SAM registration, submission of SF-1449, Section I Pricing, Section 5 Representations and Certifications, and additional information from Section 3. The project involves removing existing equipment, installing new two-way intercom systems (microphones, speakers, control units), testing, and staff training within 90 calendar days of the notice to proceed. The scope includes specific performance standards for audio quality, system components, and remote controls. The contractor must adhere to strict safety plans, coordination requirements, and provide a one-year warranty, spare parts, and training.
    The document details findings and recommendations for upgrades to microphone and AV rack systems within a government facility, likely in preparation for a federal RFP or grant. Key issues identified with the existing microphone system include its age, sporadic functionality, unintuitive control pad, and difficulty in sourcing replacement parts, noting it is one year shy of its 8-year replacement cycle. The AV rack's location is problematic, causing heat buildup due to a confined space and lack of air circulation. Recommendations focus on replacing existing microphones and speakers at various windows (intake, interview, cashier, privacy booth), lowering the privacy booth microphone, and installing new control touchpads. The plan also suggests adding acoustic fabric panels to wingwalls for sound absorption and addressing the heat issue in the AV rack's niche. The overall goal is to modernize and improve the functionality of communication systems within the Consular Waiting Room and Office Suite.
    Similar Opportunities
    Loading similar opportunities...