ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

CANCELLED Audio visual equipment

DEPT OF DEFENSE M0026425Q0154
Response Deadline
Jul 28, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Marine Corps Installations – National Capital Region (MCI-NCR), is seeking proposals for the procurement of audio visual equipment, including sound systems, portable projectors, display monitors, and transport cases. This opportunity is a total small business set-aside, aiming for a single firm-fixed price award on an "all-or-none" basis, with a focus on technical compliance, price, and past performance. The equipment is essential for enhancing communication and presentation capabilities within military operations. Interested vendors must submit their quotes electronically by July 28, 2025, at 11:00 AM, to Leticia M. Thomas, with further inquiries directed to her or Michael Bogatyr via the provided contact information.

Classification Codes

NAICS Code
334310
Audio and Video Equipment Manufacturing
PSC Code
5820
RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE

Solicitation Documents

6 Files
D1. M0026425Q0154.docx
Word115 KB7/23/2025
AI Summary
The Marine Corps Installations – National Capital Region (MCI-NCR) is issuing a Request for Proposal (RFP) for the procurement of audio-visual equipment, specifically targeting small business vendors. The requirement includes an Audio Sound System, portable projectors, display monitors, and appropriate storage cases. The solicitation emphasizes a firm-fixed price award on an “all-or-none” basis, highlighting the intention to accept only quotes from small businesses. Quotes must clearly demonstrate compliance with the detailed specifications in the solicitation and confirm delivery within 45 days post-award. Evaluation criteria prioritize conformity to solicitation requirements, past performance, and pricing fairness. The document instructs bidders on submission processes, including electronic submissions to the designated contact, Leticia Thomas. It incorporates various Federal Acquisition Regulation (FAR) clauses to ensure compliance and establishes ownership eligibility, emphasizing equitable policies for minority-owned businesses. The RFP underscores a commitment to procure high-quality supplies while facilitating participation from small enterprises and ensuring compliance with federal guidelines.
A3. J&A Redacted_Redacted.pdf
PDF1046 KB7/23/2025
AI Summary
The document outlines a determination for a procurement process indicating that only one source is reasonably available for specific audio equipment needed by G-6 MLB. This conclusion is based on proprietary rights and exclusive licensing agreements with the Original Equipment Manufacturer (OEM). The required items must be brand-specific, particularly for public address system receivers and microphones, to ensure compatibility and operational coherence. Using different brands would hinder functionality as devices from distinct manufacturers do not interchange reliably. Moreover, the urgency of this procurement is emphasized due to the critical nature of the audio equipment, which is essential for event operations. Timely delivery is mandated to avoid potential work stoppages or operational disruptions. Overall, this document serves to justify limiting the procurement process to a single source based on operational compatibility and urgency.
E1. M0026425Q0154 Amendment.pdf
PDF455 KB7/23/2025
AI Summary
The document outlines an amendment to Solicitation M0026425Q0154 concerning the procurement of audio-visual equipment for the Marine Corps Installations – National Capital Region. The amendment provides answers to industry questions and extends the submission deadline from July 15, 2025, to July 28, 2025. Key changes include clarification on equipment specifications, such as flexibility regarding projector screen dimensions and the non-mandatory nature of certain technologies like 3LCD. The solicitation requires a firm-fixed price award and emphasizes that only quotes from small business concerns will be considered. The government aims to award based on price and past performance, ensuring technical compliance with specified requirements. Quotes must demonstrate capability and include all relevant manufacturer details, with a delivery timeline of no later than 45 days post-award. Submission guidelines require electronic formatting and emphasize that late quotes will not be accepted. This procurement process reflects the government's structured approach in acquiring necessary audio-visual equipment while defining clear terms for vendor participation and evaluation.
E1. M0026425Q0154 Amendment.pdf
PDF455 KB8/28/2025
AI Summary
This document is Amendment 0001 to Solicitation M0026425Q0154, issued by Marine Corps Installations – National Capital Region (MCI-NCR) Regional Contracting Office. It addresses industry questions, provides clarifications, and extends the solicitation's closing date from July 15, 2025, to July 28, 2025, at 11:00 AM. Key clarifications include flexibility on Wi-Fi/Bluetooth for 98-inch monitors, no installation services required, flexibility in projector screen dimensions, and 3LCD technology not being mandatory for projectors. The amendment modifies evaluation criteria, emphasizing price, past performance, and compliance with solicitation requirements, and confirms that award will be made on an “all-or-none” basis to a small business concern. Quotes are to be submitted electronically via email.
D1. M0026425Q0154.docx
Word115 KB8/28/2025
AI Summary
This government solicitation (M0026425Q0154) is a Request for Proposal (RFP) issued by Marine Corps Installations – National Capital Region (MCI-NCR) for commercial Audio Visual Equipment, including an audio sound system, portable projectors, display monitors, and transport cases. The procurement, a total small business set-aside, aims for a single firm-fixed price award on an "all-or-none" basis. Quotes are due by 11:00 AM on July 15, 2025, and must be submitted electronically to Leticia M. Thomas. Technical compliance requires demonstrating the ability to meet specifications and delivery within 45 days of contract award. Evaluation will be based on price, technical compliance, and past performance, with no discussions anticipated. The document includes detailed item descriptions and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing the acquisition.
A3. J&A Redacted_Redacted.pdf
PDF1046 KB8/28/2025
AI Summary
This government file outlines justifications for sole-source acquisitions under FAR Part 13, specifically focusing on Brand Name requirements. It details situations where only one source is reasonably available due to proprietary rights, exclusive licensing, or brand-name necessity. A key example provided is the need for brand-name specific public address system receivers and microphones at G-6 MLB to ensure interoperability with existing equipment. The document explains that different brands use incompatible internal components (chips and crystals), making cross-brand operation impossible and increasing training needs for users. It also briefly mentions 'Urgent and Compelling' reasons as another justification for limiting sources, requiring detailed explanations of the urgency and potential government injury if not addressed promptly.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 3, 2025
amendedAmendment #1· Description UpdatedJul 23, 2025
amendedLatest AmendmentAug 28, 2025
deadlineResponse DeadlineJul 28, 2025
expiryArchive DateAug 12, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
COMMANDER

Point of Contact

Name
Leticia Thomas

Place of Performance

Quantico, Virginia, UNITED STATES

Official Sources