FLETC is seeking to procure a turn-key Audio/Video system with control system solution for a large executive conference room.
ID: 70LGLY25QSSB00022Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO PROCUREMENT OFFICEBrunswick, GA, 31524, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking to procure a turn-key Audio/Video (AV) system along with a control system solution for a large executive conference room located in Brunswick, Georgia. The procurement aims to enhance the facility's AV capabilities, requiring the installation of a seamless video wall, adequate camera coverage, and compatibility with existing Teams conferencing systems, while ensuring compliance with federal standards and operational requirements. This initiative is critical for standardizing AV features across FLETC facilities, thereby improving presentation capabilities and user experience. Interested vendors must submit their proposals by April 4, 2025, at 3:00 PM, and can direct inquiries to Lynda A. Bush at lynda.a.bush@fletc.dhs.gov or by phone at 912-267-3128.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP) outlines the federal acquisition process for contracting services at the Federal Law Enforcement Training Centers (FLETC). The contract includes tasks such as designing, procuring, delivering, removing existing audio/visual (A/V) equipment, installing new systems, and conducting training. A site visit for bidders is scheduled, with strict compliance to safety, federal regulations, and FLETC directives mandatory. Security requirements dictate background checks, identification protocols, and training for contractor personnel, particularly for those accessing sensitive information. The document emphasizes the contractor's responsibility for managing tasks without interfering with government operations and mandates adherence to environmental protections. The importance of maintaining labor relations, secure operations, and the necessity of insurance coverage are also highlighted, establishing a framework for efficient project execution that emphasizes accountability and safety standards.
    The document outlines an amendment to a solicitation for the 2025 Federal Law Enforcement Training Centers (FLETC) operation and support contract. It specifies that the closing date for offers has been extended to April 4, 2025, at 3:00 PM, with a performance period set from April 14, 2025, to August 29, 2025. The amendment also provides guidance on acknowledging receipt of the amendment, which is crucial for contractors submitting offers. Methods of acknowledgment include submitting amendments directly or via separate letters or electronic communications. The document emphasizes that failure to acknowledge receipt by the designated time may lead to offer rejection. The amendment denotes modifications made under federal procurement regulations, indicating ongoing administrative changes while keeping the original terms and conditions in effect. Overall, the document serves to clarify procedural steps for interested contractors in response to the solicitation.
    The document is a Visitor and Vendor Access Request form for the Federal Law Enforcement Training Centers (FLETC) under the Department of Homeland Security. Its purpose is to manage and facilitate access to FLETC facilities for various individuals, including visitors, vendors, and contractors. The form requires applicants to provide personal details such as their name, address, driver's license information, citizenship status, and social security number, while sponsors, who must be federal employees, fill out their details and specify the type of access required. Access types vary, ranging from limited visitor access, fingerprint checks, and NCIC checks to full background investigations for contractors needing sensitive information access. Visitors, such as graduation guests or one-time vendors, are subjected to less stringent requirements compared to frequent vendors or those needing prolonged access, indicating a tiered approach to background verification depending on the nature and frequency of visits. The document emphasizes that accurate completion of the form is crucial for access approval, and indicates that failure to provide requested information might result in denied access to FLETC property. This structured approach ensures compliance with security protocols while accommodating the legitimate needs for accessing federal training facilities.
    The document outlines a Request for Proposal (RFP) regarding the installation of a turn-key Audio/Video (AV) system at a federal facility managed by the Federal Law Enforcement Training Centers (FLETC). Key queries focus on specifications for the AV system, including equipment requirements, configuration options, and installation logistics. The desired features include a seamless video wall, adequate camera coverage, and compatibility with existing Teams conferencing systems. The RFP also emphasizes the need for proper electrical support, structural accommodations, and waste disposal during installation. The goal is to standardize AV features aligned with other FLETC systems, ensuring user-friendliness and effective presentation capabilities. The document indicates a collaborative approach, with the expectation that selected vendors will work closely with FLETC personnel during the design and implementation phases to meet operational and technical requirements. The inquiry and responses ensure clarity for prospective bidders, emphasizing the importance of adherence to federal standards and the tailored needs of the facility's AV infrastructure.
    Similar Opportunities
    Eielson AFB VTC Update
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the upgrade of audiovisual equipment in Video Teleconferencing (VTC) rooms at U.S. Air Force installations in Alaska. The project aims to replace existing equipment with modern Cisco Webex Pro Codecs, Extron Input/Output switches, and Media Ports to enhance secure connectivity for virtual meetings using platforms like Microsoft Teams and Zoom, while reusing existing components where feasible. This initiative underscores the Air Force's commitment to maintaining state-of-the-art communication facilities with stringent operational security measures. Interested parties should contact Ashton Holland at ashton.holland.1@us.af.mil or Richard White at richard.white.44@us.af.mil, with work scheduled to commence on September 30, 2025, and conclude by March 31, 2026.
    FY25 - OG Secure VTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of secure and classified Video Teleconference (VTC) systems at McConnell Air Force Base in Kansas. The project entails upgrading existing VTC capabilities in Room 212 to support both classified and unclassified communications, as well as installing a new secure VTC system in Room 214, adhering to the Global Video Services (GVS) VTC Security Technical Implementation Guides (STIG). This procurement is critical for enhancing communication capabilities within the 22d Operations Group, ensuring compliance with federal security standards while minimizing disruptions to the historic building's structure. Interested contractors must submit their proposals by March 28, 2025, and are encouraged to direct any questions to the primary contacts, A1C Warnage Fonseka and Mrs. Sugeys Allen, via the provided email addresses.
    Off Center Lodging April 2025 - September 2025
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide off-center lodging services for students from April 1 to September 30, 2025. The contractor will be responsible for supplying approximately 2,754 hotel/motel rooms, ensuring compliance with specific requirements such as inside room entry doors and 24-hour front desk availability, all within a 40-mile radius of FLETC in Glynco, Georgia. This procurement is crucial for accommodating students when on-center dormitories reach capacity, thereby supporting the training mission of FLETC. Interested bidders must submit their quotes electronically by March 18, 2025, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    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 their board room and conference facilities in Arlington, Virginia. The project requires a design-build contractor to install advanced audio-visual systems that support hybrid meetings, ensuring high-quality broadcasting for both in-person and remote participants. This initiative is crucial for enhancing operational efficiency and communication within the FDIC, reflecting the agency's commitment to integrating contemporary technologies. Interested contractors should contact Diamond Toles at ditoles@fdic.gov or 571-213-4018, with Phase I proposals due by February 14, 2025, and Phase II proposals due by April 4, 2025.
    Electronic Security System (ESS)
    Buyer not available
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking small businesses to provide an Electronic Security System (ESS) for the Federal Law Enforcement Training Center (FLETC) located in Glynco, Georgia. The ESS will encompass an Intrusion Detection System (IDS), Access Control System (ACS), and Closed-Circuit Television (CCTV) to enhance security measures for NCIS assets, with a requirement for the system to interface with existing FLETC security systems and include scalable components along with comprehensive training for government users. This initiative underscores the government's commitment to improving security through advanced technology, with a contract installation period of 60 days followed by one year of maintenance and the possibility of four additional 12-month extensions. Interested small businesses must submit their capabilities statements by March 17, 2025, and can contact Pravin Upadhyay at pravin.upadhyay@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil for further information.
    Video Surveillance Supplies
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified vendors to supply high-tech video surveillance equipment to enhance security at the U.S. Naval Academy's Bancroft Hall student dormitory. The procurement includes specific brand-name items such as Axis video cameras, Genetec access controllers, Hewlett Packard Enterprise Aruba switches, and Cisco transceiver modules, which are essential for maintaining robust physical security and network operations. Interested vendors must demonstrate their status as authorized partners or resellers of the specified brands and submit their bids by March 20, 2025, following the release of the solicitation around March 13, 2025. For inquiries, vendors can contact Gil Dobison at gilbert.k.dobison.civ@us.navy.mil or by phone at 757-443-1380.
    Student Support/Facilities Operation Maintenance Services
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Charleston, South Carolina, is seeking proposals for two Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on Student Support Services and Facility Operation Maintenance Services. The procurement aims to secure comprehensive operational support, including janitorial services, dormitory management, transportation, and food services, essential for maintaining a conducive training environment for federal law enforcement personnel. The contracts will be awarded based on a best-value evaluation process that prioritizes non-price factors such as demonstrated experience and personnel qualifications over cost. Interested contractors must submit their proposals by March 27, 2025, with a pre-proposal conference scheduled for March 11-13, 2025, to clarify requirements and expectations. For further inquiries, potential bidders can contact Queen H. Singleton at queen.h.singleton@fletc.dhs.gov or Tyshawn Neals at Tyshawn.neals@fletc.dhs.gov.
    Command Post Data Wall
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install a modern LED Data Wall system at Fairchild Air Force Base in Washington. This procurement aims to enhance the operational capabilities of the 92 Air Refueling Wing's Crisis Action Team by enabling the display of up to eight independent data sources, both classified and unclassified, while ensuring compliance with cybersecurity standards. The contractor will be responsible for installation, training, and maintenance support, with a focus on minimal disruption during the installation process. Interested vendors must submit their proposals by April 1, 2025, and can direct inquiries to Evan Maddox at evan.maddox@us.af.mil or Brandon Teague at brandon.teague.1@us.af.mil.
    Video Teleconference (VTC) Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Test and Evaluation Command (ATEC), is seeking industry feedback through a Request for Information (RFI) for Video Teleconference (VTC) Maintenance and Repair services at Aberdeen Proving Ground, Maryland. The procurement aims to secure maintenance, life cycle replacements, and on-call repairs for equipment in fourteen conference rooms, ensuring operational efficiency and compliance with security standards. Interested vendors, particularly 8(a) small business firms, are encouraged to submit capability statements, including labor hour estimates and cost projections for a one-year period, by 10:00 AM EDT on March 21, 2025, to Tiffany N. Barnes at tiffany.n.barnes4.civ@army.mil.
    5836--Video Security Surveillance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Video Security Surveillance (VSS) equipment for the Greater Los Angeles Healthcare System under solicitation 36C26225Q0599. The procurement aims to expand and upgrade the existing VSS system across multiple facilities, enhancing safety and security for Veterans, staff, and the public through the integration of new technologies, including various camera installations and necessary infrastructure upgrades. This initiative is critical for maintaining a robust security system that complies with federal standards and ensures a safe environment for all stakeholders. Interested parties must submit a capabilities statement by March 17, 2025, detailing their qualifications and compliance with small business classifications, with further announcements to be published on SAM.gov or NASA's SEWP website. For inquiries, contact Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or 562-766-2284.