Federal Contract Opportunity

Last Updated on 16 Jun 2025 at 11 PM
Combined Synopsis/Solicitation
Camp murray Washington

Multi-Zone Audio/Video Media Solution

Details

Solicitation ID FY25-0012312277
Posted Date 16 Jun 2025 at 11 PM
Response Date 14 Aug 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office W7n6 Uspfo Activity Wa Arng
Agency Department Of Defense
Location Camp murray Washington United states 98430

Possible Bidders

Fastenal Company

Ball Absecon Albany Chesapeake Hinesville Evansville New bern Arlington Duquesne Houston Vineland Huron Killeen Alexandria Minden Bloomington Vicksburg Jefferson city Hot springs Virginia beach Hewitt Portsmouth Cheyenne Lebanon Saint cloud Oklahoma city Battle creek Stroudsburg Pine bluff Moline West chester Tucson Massena Richmond Mount pleasant North las vegas Beltsville Dover Rancho cucamonga Colorado springs Carlisle Jessup Winona Spring lake Bremerton Biloxi Elizabeth city Edgewater Guaynabo Bismarck Warren Lancaster Topeka Havelock Hattiesburg Elkridge Forestville Pearl city Sauk rapids Carson city Jacksonville Aurora New orleans Frackville Orland park Leavenworth Lakewood Elizabethtown Odenton Durham Panama city Norfolk

Baxter Healthcare Corporation

Charlotte New providence Mundelein San antonio Glendale Waukegan Philadelphia Bedford Deerfield Irvine North reading Dallas Westlake village Stone mtn San diego Beltsville Edison Denver Tampa Grand prairie Hayward Kansas city Round lake Ocala Shawnee missi Tempe Stone mountai Madison Columbus Columbia

Baxter Healthcare Corporation

Charlotte New providence Mundelein San antonio Glendale Waukegan Philadelphia Bedford Deerfield Irvine North reading Dallas Westlake village Stone mtn San diego Beltsville Edison Denver Tampa Grand prairie Hayward Kansas city Round lake Ocala Shawnee missi Tempe Stone mountai Madison Columbus Columbia

Steris Corporation

Cleveland Medina Mentor Erie Tampa Simi valley Saint louis

Sign up to access Documents

Signup now

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.

Similar Opportunities

Camp murray Washington 14 Aug 2025 at 9 PM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Hill air force base Utah 14 Mar 2026 at 4 AM (estimated)
Location Unknown 14 Jul 2025 at 4 AM

Similar Awards

Wainwright Oklahoma 08 Sep 2018 at 10 PM
Location Unknown 17 Aug 2016 at 7 PM
Location Unknown 16 Sep 2015 at 6 PM
Location Unknown 02 Sep 2010 at 10 PM