Video Wall Equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Secret Service (USSS) is soliciting quotes for Video Wall Equipment for its Police Command Center in Capitol Heights, MD. This is a Total Small Business Set-Aside opportunity, with the intent to award a single Firm-Fixed-Price (FFP) contract. The equipment will enable personnel to monitor and control up to eight wall-mounted video screens. Offers are due by February 13, 2026, at 4:00 PM EST.
Scope of Work
The requirement is for the procurement of brand name or equal Video Wall Equipment, including video monitors and accessory equipment, as detailed in the Statement of Requirements (SOR). This includes the equipment itself, delivery to Capitol Heights, MD, and associated warranties. Installation services are explicitly excluded from this contract and will be performed by others.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) award.
- Delivery: Goods must be delivered no later than 30 days from the award date to 9250 Hamton Overlook, Capitol Heights, MD. All prices quoted must include FOB Destination shipping.
- Price Validity: Offerors must hold prices firm for 60 calendar days from the date specified for receipt of offers.
Submission & Evaluation
- Submission Deadline: February 13, 2026, at 4:00 PM EST.
- Submission Method: Offers must be emailed to Erik Syfert (Erik.Syfert@usss.dhs.gov) and John Akin (john.akin@usss.dhs.gov).
- Offer Content: Submissions must include the solicitation number, offeror information (including UEI and EFT indicator), information for evaluation, responses to provisions, and a statement of agreement with all terms and conditions.
- Evaluation Criteria: Award will be made to the responsible Quoter whose offer is most advantageous to the Government, based on the Lowest Priced, Technically Acceptable (LPTA) quote. Technical acceptability requires meeting or exceeding all requirements outlined in the SOR.
Eligibility / Set-Aside
This Request for Quote (RFQ) is issued as a Total Small Business Set-Aside in accordance with FAR Part 12. Relevant clauses include "Notice of Total Small Business Set-Aside" (52.219-6) and "Limitations on Subcontracting" (52.219-14).
Notes
The USSS does not intend to extend the closing date for this RFQ. The solicitation also incorporates extensive contract clauses regarding security prohibitions, foreign entity restrictions, and trade agreements.