This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued.
Solicitation number/FY25-0012312277 is hereby issued as a Request for Quote (RFQ). The
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, Dated 11 June 2025 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20250117. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) under North American Industry Classification Standards (NAICS) code 334310.
The Government intends to award a single Firm Fixed Price (FFP) contract for design, purchase, and installation of multi-zone audio/video media solution to be delivered & installed on Camp Murray (Tacoma), WA.
NOTE: ln no event shall any understanding or agreement between the Contractor/Vendor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to inquire with the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by a warranted Contracting Officer with the legal authority to bind the Government.
Government POC: Government POC will be provided at time of award. Any changes to the terms and conditions of a contract must be coordinated through the government POC and approved in writing by the Contracting Officer.
Site Visit will be held on 14 July 2025 at 9:00 A.M. on Camp Murray. Detailed directions will be provided to interested parties (site visit attendance is not required for consideration of award; however, it is highly encouraged). All parties who intend to attend the site visit must send name, email address, driver’s license number, and phone number the email contacts below no later than 10 July 2025 at 1:00 P.M. to coordinate installation access.
The date, time and request for quote offers are due by 14 August 2025 at 2:00 P.M. Pacific time via email to both [email protected] and [email protected]. All questions must be submitted in writing (email) no later than 7 days prior to RFQ close date. An amendment will be issued with consolidated Q&A document for all interested parties to access.
Description of Requirement
CLIN 0001: MULTI-ZONE AUDIO/VIDEO MEDIA SOLUTION
Design, Deliver & Install multi-zone audio/video media solution in accordance with attached Statement of Objectives (SOO). All required equipment, cables, wiring, and any minor incidental construction work (electrical, drywall, paint, etc.) must be included in the quote and performed by a licensed contractor (construction related work may not exceed $2,000 total to fall under this scope of work).
Equipment Total $_____________
Installation Total $_____________
Construction/Trades Total (if applicable) $_____________
TOTAL CONTRACT VALUE: $_____________
Extended Description
Please see the Statement of Objectives (SOO) for complete requirement details.
**All responses must include Vendor’s Unique Entity Identification (UEI) number as well as small business size status. It is the responsibility of the prospective contractor/vendor to accurately register/certify their business in the System for Award Management (SAM) using the proper North American Industrial Classification System (NAICS) code(s).
THIRD PARTY OFFERS WILL NOT BE ACCEPTED. Award will only be made to vendors who actually sell & install this type of equipment. Any misrepresentation of offeror’s business size/status will be reported to the SBA.
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil.
FAR 52.204-7, System for Award Management Registration
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Maintenance
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government intends to award a single, firm fixed-price contract resulting from this solicitation to the responsible offeror whose offer (conforming to the solicitation) is most advantageous to the government. The basis for evaluation will be a Best Value (Trade-off) process where price and other factors will be considered. Other factors include (but are not limited to): Included warranty (manufacturer and/or installer), ease of use/functionality of equipment, compatibility with future products/technology, quality of products as related to industry standards, currency of technology, scheduled delivery/installation time. The Contracting Officer will have broad discretion to make an award in the best interest of the government based on these evaluation criteria and IAW FAR 13.106-2(b).
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference – SEE https://www.acquisition.gov/
DFARS 252.201-7000, Contracting Officer’s Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials
DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III
Submission of Invoices
In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.