Skip to main content

An official website of the United States government

You have 2 new alerts

Removal and Reinstallation of Audio-Visual Systems

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Apr 26, 2023 10:20 am EDT
  • Original Response Date: May 05, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DB02 - IT AND TELECOM - COMPUTE SUPPORT SERVICES, NON-HPC (LABOR)
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Washington , DC 20229
    USA

Description

Background

Video Teleconferencing (VTC) provides Customs and Border Protection (CBP) personnel an essential communication tool by facilitating meetings, distance learning and training, hearings and other collaborative environments, as an alternative to travel, which ultimately saves government funding.  The Enterprise Infrastructure and Operations Directorate (EIOD) is responsible for maintaining and supporting the Video Teleconferencing and Audio Visual (AV) Equipment for the Commissioner’s Office.

Purpose of Request for Information (RFI)

This public posting is for informational, planning, and market research purposes only and constitutes a Request for Information (RFI) and a Sources Sought Request (SSR) only for United States, Department of Homeland Security (DHS), Customs and Border Protection (CBP). This announcement does not constitute a commitment, implied or otherwise that a solicitation or procurement will be issued. This is not a solicitation, Request for Proposal (RFP), or Invitation for Bids (IFB). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.

All information received resulting from this RFI will be used by CBP for acquisition planning and market research purposes only. However, your response may be releasable to the public under the Freedom of information Act (FOIA), 5 U.S.C. 552, and the DHS FOIA regulation, 6 C.F.R. Chapter 1 and Part 5. If you wish CBP to consider any portion of your response as "confidential commercial information", you should clearly mark the portion as "confidential commercial information". The procedures for identifying "confidential commercial information" are set forth in the DHS FOIA regulation cited above and are available on the DHS website: http://www.dhs.gov/xfoia/editorial0579.shtm. CBP, at its discretion, may request respondents to this RFI to meet with CBP program and contracting officials and to elaborate on information in their written response. Respondents to this RFI will not be notified of any results derived from a review of the information provided. All information contained in this RFI is preliminary and is subject to revision and is not binding on the Government.

The purpose of this public posting is to give contractors the opportunity to provide information regarding their capability to perform the services as stated in the attached Statement of Work.

Instructions

Interested parties are encouraged to respond to this notice if they have the capability and capacity to provide the identified services. The RFI process is an important part of CBP’s market research as required by the Federal Acquisition Regulation (FAR). Among other things, to justify a small business or 8(a) set-aside procurement, CBP’s market research must demonstrate that there are at least two small businesses or 8(a) small businesses capable of performing at a fair and reasonable price that are likely to submit offerors. Respondents need to provide their current contract vehicles, if available and whether they are a small business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, 8(a) small business, Women-Owned Small Business, or small disadvantaged business.

The due date and time for responses is no later than 2:00 PM EDT, Monday, May 5, 2023. The RFI responses shall be submitted via email to dawn.m.ford@cbp.dhs.gov with the subject line, “Removal and Reinstallation of AV System" to be considered.

Contact Information

Contracting Office Address

  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA

Primary Point of Contact

Secondary Point of Contact





History