Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Sector NC Conference Room AV Equipment

DEPARTMENT OF HOMELAND SECURITY 70Z08125QELIZ0020
Total Obligated
$72,967
SAM.gov
Current Recipient
TECHVENTURES LLC Hanahan SC 29410 USA
Aug 7, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide a comprehensive turn-key audio/video conferencing solution at the Sector North Carolina Headquarters in Wilmington, NC. The contractor will be responsible for engineering, CAD design, installation services, programming, and user training, ensuring the integration of new AV equipment with existing systems within designated conference rooms and a telecom closet. This procurement is crucial for enhancing communication capabilities within the Coast Guard, with a total small business set-aside under NAICS code 541519 and a small business standard of $34 million. Quotes must be submitted by noon Eastern Time on July 25, 2025, via email to the designated contact, Alejandra I. Nieves Garcia, and a site visit is encouraged prior to submission.

Classification Codes

NAICS Code
541519
Other Computer Related Services
PSC Code
5836
VIDEO RECORDING AND REPRODUCING EQUIPMENT

Solicitation Documents

7 Files
Wage Determination.pdf
PDF48 KBJul 21, 2025
AI Summary
The document is a Wage Determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, detailing the minimum wage requirements for service contracts in North Carolina's New Hanover and Pender counties. It establishes two key wage thresholds based on contract initiation dates, stipulating $17.75 for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The determination includes a comprehensive list of occupations along with corresponding hourly rates and fringe benefits. Moreover, it outlines additional regulations such as paid sick leave requirements under Executive Order 13706 for contracts awarded after January 1, 2017, and notes on hazardous pay for certain roles involving risk. Occupational specific benefits like health and welfare provisions, vacation, and holiday pay are also detailed. Contractors must follow the provided classification procedures for any unlisted occupations to ensure compliance. This overall structure serves to clarify wage standards and worker protections essential for federal contracts, reflecting the government's commitment to equitable compensation and labor standards in public service employment.
70Z08125QELIZ0020-1442.pdf
PDF760 KBJul 21, 2025
AI Summary
This document is a solicitation from the United States Coast Guard for a construction project involving the provision of a turn-key video/audio/conference solution. The selected contractor will be responsible for engineering, CAD design, installation services, programming, and user training at designated USCG facilities. The project, with Solicitation Number 70Z08125QELIZ0020, requires bids to be submitted by noon Eastern Time on July 16, 2025. Offers must conform to the specified guidelines and be sent via email to the designated contact. The procurement is set aside solely for small businesses, with a corresponding NAICS code of 541519 and a small business standard of $34 million. A site visit is encouraged, though not mandatory, and an active vendor record at SAM.gov is necessary for eligibility. The award is anticipated to be a Firm-Fixed Price contract, emphasizing a Lowest Price Technically Acceptable evaluation method. The government retains the right to cancel the solicitation if necessary. The document outlines critical details for prospective bidders, ensuring compliance with federal procurement procedures.
SF-1449 Clauses and Provisions (Supply and Service).docx
Word60 KBJul 21, 2025
AI Summary
The document provides guidelines for Offeror Representations and Certifications related to federal acquisitions of commercial products and services. It outlines the conditions under which offerors must complete representations electronically via the System for Award Management (SAM) or through specific provisions if they haven't registered. Definitions of key terms such as "Economically Disadvantaged Women-Owned Small Business" and "Service-Disabled Veteran-Owned Small Business" are included. The provisions also address compliance with several laws and regulations, detailing the requirements of certifications regarding federal tax status, disclosures related to labor practices, and obligations concerning child labor laws and prohibited telecommunications services. Additionally, the document outlines clauses related to compliance with various statutes, executive orders, and regulations that contractors must adhere to. It serves as a comprehensive guide for offerors bidding on government contracts to ensure they meet all necessary legal obligations, promoting fair business practices while supporting the inclusion of small and disadvantaged businesses in federal contracting opportunities.
37080PR250000034 SOW.doc
Word55 KBJul 21, 2025
AI Summary
The document outlines the scope of work for the procurement and delivery of audio-visual (AV) equipment to the U.S. Coast Guard (USCG) Sector North Carolina Headquarters in Wilmington, NC. The contractor is responsible for supplying all materials, including engineering design, installation services, and user training for a comprehensive conference solution. Key equipment includes a video routing matrix, digital media appliances, touch screens, and microphones, with integration required for existing display monitors in various locations such as the conference room and interagency operations center. Delivery is mandated within 30 days following contract award, and a site visit is necessary. The project emphasizes the contractor's obligation to notify the designated contracting officer regarding delivery schedules and highlights that no modifications can be made to the contract through oral statements. The document serves as part of a federal Request for Proposal (RFP) aimed at enhancing the operational capabilities of USCG through updated AV systems, underlining the importance of compliance and quality assurance measures in contractor performance.
37080PR250000034 SOW-Version 2.doc
Word56 KBJul 21, 2025
AI Summary
The file outlines a Request for Proposal (RFP) for Audio/Video (AV) equipment installation at the U.S. Coast Guard Sector North Carolina Headquarters. The primary objective is to provide a comprehensive, turn-key video/audio conferencing solution, including engineering, CAD design, installation services, necessary hardware, and user training. The work includes delivering specific Crestron AV products and related equipment within 30 days post-contract award, as specified in the scope of work. Additionally, the contractor must integrate this new equipment with existing systems in designated conference rooms and a telecom closet. A site visit is required before contract execution to assess conditions and project specifics. The responsible contracting officer’s Quality Assurance Evaluator (QAE) is identified, and communication protocols are established for inquiries. Any modifications to the contract must be documented in writing, reflecting standard procedural requirements within government contracting practices. Overall, this RFP's purpose is to enhance the technological capabilities of the USCG Sector NC Headquarters, ensuring modern communication tools are effectively installed and operational.
QAE-70Z08125QELIZ0020 (002).pdf
PDF142 KBJul 21, 2025
AI Summary
The document outlines requirements for a federal Request for Proposal (RFP) regarding the installation of AV (audiovisual) equipment in a Conference Room and Interagency Operations Center. The project aims to provide a complete, turn-key installation, including full equipment delivery and setup. While Crestron systems are preferred due to existing use, alternative solutions may be considered if they meet governmental approval standards. Key points addressed include the installation of cabling, controls, and the necessity of installing additional equipment such as displays, touchscreens, mics, and cameras. Details about existing infrastructure indicate that no current CAT-6A cabling exists, necessitating new installations. The RFP emphasizes timely turnaround and a comprehensive approach, avoiding tiered infrastructure challenges often faced with partial implementations. Questions answered indicate a structured scope of work, focusing on standardization and compatibility with existing technology. The document underscores the importance of reliability and functionality within the AV upgrade process, aligning with federal standards to ensure effective communication and operational capabilities in government settings. Compliance and previous installations set the groundwork for proposals submitted by interested contractors.
Additional QA Answers.pdf
PDF50 KBJul 21, 2025
AI Summary
The document outlines service requirements for a government-related opportunity, emphasizing the necessity for prompt vendor responses. Technicians may conduct onsite work, with a specified response time of 24 hours after contact and a phone or email reply expected within four hours. The order in question will not be rated under the DPASS system, and the two additional monitors needed are likely to be standard COT Dell or Viewsonic models. Importantly, technicians do not require Department of Defense clearance to work onsite, although escorting will be necessary within the Communications closet. This document encapsulates essential guidelines for service delivery and compliance within the context of government Request for Proposals (RFPs).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 25, 2025
amendedAmendment #1· Description UpdatedJun 26, 2025
amendedAmendment #2· Description UpdatedJul 7, 2025
amendedAmendment #3· Description UpdatedJul 16, 2025
amendedLatest Amendment· Description UpdatedJul 21, 2025
deadlineResponse DeadlineJul 25, 2025
awardAwarded to TECHVENTURES LLC Hanahan SC 29410 USAAug 7, 2025
expiryArchive DateAug 9, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
BASE ELIZABETH CITY(00081)

Point of Contact

Name
Alejandra I. Nieves Garcia

Place of Performance

Wilmington, North Carolina, UNITED STATES

Official Sources