Skip to content
Tennessee Department of General Services

Turnkey Audio Visual Solution Including Audio/Video Equipment, Installation, Integration, Training and Maintenance and Support of System - UPDATED

Solicitation: Not available
Notice ID: tn_cpo__RFP 34800-073025

Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$7,205,695,420
Sector total $7,205,695,420 • Share 100.0%
Live
Median
$96,720
P10–P90
$28,298$2,037,759
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,205,695,420)
Deal sizing
$96,720 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Place of Performance
Not listed — check the files for details.

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
TN20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Tennessee • Decatur, Dyer
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
+11 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 11 more rate previews.
Davis-BaconBest fitstate match
TN20260156 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Decatur, Dyer
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260162 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Hardin, Haywood
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260149 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Weakley
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260159 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Gibson, Hardeman
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD

Point of Contact

Not available

Agency & Office

Department
Tennessee Department of General Services
Agency
Central Procurement Office
Subagency
Central Procurement Office
Office
Not available
Contracting Office Address
Not available

Description

RFP # 34800-073025

1

STATE OF TENNESSEE
TENNESSEE BUREAU OF INVESTIGATION

REQUEST FOR PROPOSALS
FOR
TURNKEY AUDIO VISUAL SOLUTION INCLUDING
AUDIO/VISUAL EQUIPMENT, INSTALLATION, INTEGRATION,
TRAINING, AND
MAINTENANCE AND SUPPORT OF SYSTEM
RFP # 34800- 073025

RFP CONTENTS
SECTIONS:
1. INTRODUCTION
2. RFP SCHEDULE OF EVENTS
3. RESPONSE REQUIREMENTS
4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS
5. EVALUATION & CONTRACT AWARD
ATTACHMENTS:
6.1. Response Statement of Certifications & Assurances
6.2. Technical Response & Evaluation Guide
6.3. Cost Proposal & Scoring Guide
6.4. Reference Questionnaire
6.5. Score Summary Matrix
6.6. Pro Forma Contract

RFP # 34800-073025

2

INTRODUCTION

The State of Tennessee, Tennessee Bureau of Investigation, hereinafter referred to as “the State,” issues
this Request for Proposals (RFP) to define minimum contract requirements; solicit responses; detail
response requirements; and, outline the State’s process for evaluating responses and selecting a contractor to provide the needed goods or services.

Through this RFP, the State seeks to procure necessary goods or services at the most favorable, competitive prices and to give ALL qualified respondents , including those that are owned by minorities,
women, service- disabled veterans, persons with disabilities and small business enterprises, an
opportunity to do business with the state as contractors, subcontractors or suppliers.

1.1. Statement of Procurement Purpose

The State desires to procure a “turnkey” audio visual solution that includes all equipment, software,
installation, integration, training and maintenance and support for 5 training spaces within the Tennessee
Bureau of Investigation headquarters building located in Nashville, Tennessee.

1.1.2 The maximum liability of this award is estimated at $800,000.

1.2. Scope of Service, Contract Period, & Required Terms and Conditions

The RFP Attachment 6.6., Pro Forma Contract details the State’s requirements:

 Scope of Services and Deliverables (Section A);
 Contract Period (Section B);
 Payment Terms (Section C);
 Standard Terms and Conditions (Section D); and,
 Special Terms and Conditions (Section E).

The pro forma contract substantially represents the contract document that the successful Respondent
must sign.

1.3. Nondiscrimination
No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of a Contract pursuant to this RFP or in the employment practices of the Contractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin, or any other classification protected by federal, Tennessee state constitutional, or statutory law. The
Contractor pursuant to this RFP shall, upon request, show proof of such nondiscrimination and shall post
in conspicuous places, available to all employees and applicants, notices of nondiscrimination.

1.4. RFP Communications

1.4.1. The State has assigned the following RFP identification number that must be referenced in all
communications regarding this RFP:

RFP # 34800- 073025
1.4.2. Unauthorized contact about this RFP with employees or officials of the State of Tennessee except as detailed below may result in disqualification from consideration under this
procurement process.

RFP # 34800-073025

3
1.4.2.1. Prospective Respondents must direct communications concerning this RFP to the
following person designated as the Solicitation Coordinator:

Stephen Seibert
Tennessee Tower, 3rd Floor
312 Rosa L. Parks Ave.
Nashville, TN 37243

1.4.3. Only the State’s official, written responses and communications with Respondents are binding
with regard to this RFP. Oral communications between a State official and one or more
Respondents are unofficial and non- binding.
1.4.4. Potential Respondents must ensure that the State receives all written questions and comments, including questions and requests for clarification, no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events .
1.4.5. Respondents must assume the risk of the method of dispatching any communication or response to the State. The State assumes no responsibility for delays or delivery failures resulting from the Respondent’s method of dispatch. Actual or digital “postmarking” of a communication or response to the State by a specified deadline is not a substitute for the State’s actual receipt of a
communication or response. It is encouraged for Respondents to submit bids digitally.

1.4.6. The State will convey all official responses and communications related to this RFP to the prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to RFP Section 1.8).

1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official,
written responses and communications related to this RFP. Such written communications may be transmitted by mail, hand- delivery, facsimile, electronic mail, Internet posting, or any other
means deemed reasonable by the State. For internet posting, please refer to the following
website:
https://www.tn.gov/generalservices/procurement/central -procurement -office --cpo-
/supplier -information/request -for-proposals --rfp--opportunities1.html .
1.4.8. The State reserves the right to determine, at its sole discretion, the appropriateness and
adequacy of responses to written comments, questions, and requests related to this RFP. The
State’s official, written responses will constitute an amendment of this RFP.

1.4.9. Any data or factual information provided by the State (in this RFP, an RFP amendment or any
other communication relating to this RFP) is for informational purposes only. The State will make reasonable efforts to ensure the accuracy of such data or information, however it is the Respondent’s obligation to independently verify any data or information provided by the State. The State expressly disclaims the accuracy or adequacy of any information or data that it provides to prospective Respondents.

1.5. Assistance to Respondents With a Handicap or Disability
Prospective Respondents with a handicap or disability may receive accommodation relating to the communication of this RFP and participating in the RFP process. Prospective Respondents may contact
the Solicitation Coordinator to request such reasonable accommodation no later than the Disability
Accommodation Request Deadline detailed in the RFP Section 2, Schedule of Events.

RFP # 34800-073025

4
1.6. Respondent Required Review & Waiver of Objections

1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to,
attachments, the RFP Attachment 6.6., Pro Forma Contract , and any amendments, for questions,
comments, defects, objections, or any other matter requiring clarification or correction (collectively called “questions and comments”).

1.6.2. Any prospective Respondent having questions and comments concerning this RFP must provide
them in writing to the State no later than the Written Questions & Comments Deadline detailed in
the RFP Section 2, Schedule of Events.

1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if the
objection has not been brought to the attention of the State, in writing, by the Written Questions &
Comments Deadline.

1.7 Reserved.
1.8. Notice of Intent to Respond

Before the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events,
prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (in
the form of a simple e- mail or other written communication). Such notice should include the following
information:

 the business or individual’s name (as appropriate) ;
 a contact person’s name and title; and
 the contact person’s mailing address, telephone number, facsimile number, and e -mail address .

A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting a
response, however, it is necessary to ensure receipt of any RFP amendments or other notices and communications relating to this RFP.

1.9. Response Deadline
A Respondent must ensure that the State receives a response no later than the Response Deadline time
and date detailed in the RFP Section 2, Schedule of Events. The State will not accept late responses, and a Respondent’s failure to submit a response before the deadline will result in disqualification of the
response. It is the responsibility of the Respondent to ascertain any additional security requirements with
respect to packaging and delivery to the State of Tennessee. Respondents should be mindful of any
potential delays due to security screening procedures, weather, or other filing delays whether foreseeable or unforeseeable.

RFP # 34800-073025
5 2. RFP SCHEDULE OF EVENTS

2.1. The following RFP Schedule of Events represents the State’s best estimate for this RFP.

EVENT
TIME
(central time zone) DATE

1. RFP Issued September 24, 2025
2. Disability Accommodation Request Deadline 2:00 p.m. September 29, 2025
3. Pre-response Conference TIME September 30, 2025
4. Notice of Intent to Respond Deadline 2:00 p.m. October 3, 2025
5. Written “Questions & Comments” Deadline 2:00 p.m. October 10, 2025
6. State Response to Written “Questions & Comments” October 17, 2025
7. Response Deadline 2:00 p.m. October 24, 2025
8. State Schedules Respondent Field Test

October 27, 2025
9. Respondent Field Test

8 a.m. -
4:30 p.m. November 3 – November 7,
2025
10. State Completion of Technical Response Evaluations November 14, 2025
11.State Opening & Scoring of Cost Proposals 2:00 p.m. November 17, 2025
12. Negotiations (Optional) 4:30 p.m. November 18 – November 21,
2025
13.State Notice of Intent to Award Released and
RFP Files Opened for Public Inspection 2:00 p.m. November 24, 2025
14. End of Protest Period December 1, 2025
15.State sends contract to Contractor for signature December 2, 2025
16.Contractor Signature Deadline 2:00 p.m. December 5, 2025
2.2. The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it deems necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, and
the State will communicate such to prospective Respondents from whom the State has received a Notice
of Intent to Respond (refer to section 1.8).

RFP # 34800-073025
6 3. RESPONSE REQUIREMENTS

3.1. Response Form

A response to this RFP must consist of two parts, a Technical Response and a Cost Proposal.

3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide provides
the specific requirements for submitting a response. This guide includes mandatory requirement items, general qualifications and experience items, and technical qualifications, experience, and approach items all of which must be addressed with a written response and, in some instances, additional documentation.

NOTICE: A technical response must not include any pricing or cost information.
If any pricing or cost information amounts of any type (even pricing relating to
other projects) is included in any part of the technical response, the state may
deem the response to be non- responsive and reject it.

3.1.1.1. A Respondent should duplicate and use the RFP Attachment 6.2., Technical Response
& Evaluation Guide to organize, reference, and draft the Technical Response by
duplicating the attachment, adding appropriate page numbers as required, and using the guide as a table of contents covering the Technical Response.

3.1.1.2. A response should be economically prepared, with emphasis on completeness and
clarity. A response, as well as any reference material presented, must be written in
English and must be written on standard 8 ½” x 11” pages (although oversize exhibit s
are permissible) and use a 12 point font for text. All response pages must be numbered.
3.1.1.3. All information and documentation included in a Technical Response should
correspond to or address a specific requirement detailed in the RFP Attachment 6.2.,
Technical Response & Evaluation Guide. All information must be incorporated into a response to a specific requirement and clearly referenced. Any information not meeting these criteria will be deemed extraneous and will not contribute to evaluations.
3.1.1.4. The State may determine a response to be non- responsive and reject it if:

a. the Respondent fails to organize and properly reference the Technical Response as required by this RFP and the RFP Attachment 6.2., Technical Response & Evaluation Guide; or

b. the Technical Response document does not appropriately respond to, address, or meet all of the requirements and response items detailed in the RFP Attachment
6.2., Technical Response & Evaluation Guide.

3.1.2. Cost Proposal . A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment
6.3., Cost Proposal & Scoring Guide.

NOTICE: If a Respondent fails to submit a cost proposal exactly as required, the
State may deem the response to be non -responsive and reject it.

3.1.2.1. A Respondent must only record the proposed cost exactly as required by the RFP
Attachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates,
amounts, or information .

RFP # 34800-073025

7
3.1.2.2. The proposed cost shall incorporate ALL costs for services under the contract for the
total contract period, including any renewals or extensions.

3.1.2.3. A Respondent must sign and date the Cost Proposal.

3.1.2.4. A Respondent must submit the Cost Proposal to the State in a sealed package
separate from the Technical Response (as detailed in RFP Sections 3.2.3., et seq. ).

3.2. 3.2. Response Delivery

3.2.1. A Respondent must ensure that both the Technical Response and Cost Proposal files meet all form and content requirements, including all required signatures, as detailed within this RFP.
3.2.2. A Respondent must submit their response as specified in one of the two formats below.
3.2.2.1. Digital Media Submission
3.2.2.1.1. Technical Response
The Technical Response document should be in the form of one (1) digital document in
“PDF” format properly recorded on its own otherwise blank, standard CD -R recordable
disc or USB flash drive and should be clearly identified as the:
“RFP #34800- 073025 T ECHNICAL RESPONSE ORIGINAL ”

and One (1) digi tal copies of the Technical Response each in the form of one (1) digital
document in “PDF” format properly recorded on its own otherwise blank, USB flash
drive clearly labeled:

“RFP # 34800- 073025 TECHNICAL RESPONSE COPY”

The customer references should be delivered by each reference in accordance with RFP Attachment 6.4. Reference Questionnaire.

3.2.2.1.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or “XLS” format properly recorded on a separate, otherwise blank, standard CD -R recordable
disc or USB flash drive clearly labeled:
“RFP #34800- 073025 COS T PROPOSAL”

An electronic or facsimile signature, as applicable, on the Cost Proposal is acceptable.

3.2.2.2. E-mail Submission
3.2.2.2.1. Technical Response
The Technical Response document should be in the form of one (1) digital document in
“PDF” format or other easily accessible digital format attached to an e- mail to the
Solicitation Coordinator. Both the subject and file name should be clearly identified as
follows:
“RFP #34800- 073025 TEC HNICAL RESPONSE”

RFP # 34800-073025

8
The customer references should be delivered by each reference in accordance with RFP Attachment 6.4.
Reference Questionnaire.

3.2.2.2.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or “XLS” format or other easily accessible digital format attached to an e- mail to the Solicitation
Coordinator. Both the subject and file name should be clearly identified as follows:
“RFP #34800- 073025 CO ST PROPOSAL”

An electronic or facsimile signature, as applicable, on the Cost Proposal is acceptable.

3.2.3. For e -mail submissions, the Technical Response and Cost Proposal documents must be
dispatched to the Solicitation Coordinator in separate e- mail messages. For digital media
submissions, a Respondent must separate, seal, package, and label the documents and copies for delivery as follows:
3.2.3.1. The Technical Response and copies must be placed in a sealed package that is clearly labeled:

“DO NOT OPEN… RFP # 34800- 073025 T ECHNICAL RESPONSE FROM
[RESPONDENT LEGAL ENTITY NAME] ”

3.2.3.2. The Cost Proposal must be placed in a separate, sealed package that is clearly
labeled:

“DO NOT OPEN… RFP # 34800- 073025 CO ST PROPOSAL FROM [RESPONDENT
LEGAL ENTITY NAME] ”

3.2.3.3. The separately, sealed Technical Response and Cost Proposal components may be enclosed in a larger package for mailing or delivery, provided that the outermost
package is clearly labeled:

“RFP # 34800- 073025 SEALED TECHNICAL RESPONSE & SEALED COST
PROPOSAL FROM [RESPONDENT LEGAL ENTITY NAME] ”

3.2.3.4. Any Respondent wishing to submit a Response in a format other than digital may do so by contacting the Solicitation Coordinator. 3.2.4. A Respondent must ensure that the State receives a response no later
than the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events at the following address:
Stephen Seibert
Tennessee Tower, 3
rd Floor
312 Rosa L. Parks Ave.
Nashville, TN 37243

3.3. Response & Respondent Prohibitions

3.3.1. A response must not include alternate contract terms and conditions. If a response contains such
terms and conditions, the State, at its sole discretion, may determine the response to be a non-responsive counteroffer and reject it.

RFP # 34800-073025

9
3.3.2. A response must not restrict the rights of the State or otherwise qualify either the offer to deliver
goods or provide services as required by this RFP or the Cost Proposal. If a response restricts
the rights of the State or otherwise qualifies either the offer to deliver goods or provide services
as required by this RFP or the Cost Proposal, the State, at its sole discretion, may determine the response to be a non- responsive counteroffer and reject it.

3.3.3. A response must not propose alternative goods or services ( i.e., offer services different from
those requested and required by this RFP) unless expressly requested in this RFP. The State
may consider a response of alternative goods or services to be non- responsive and reject it.

3.3.4. A Cost Proposal must be prepared and arrived at independently and must not involve any
collusion between Respondents. The State will reject any Cost Proposal that involves collusion,
consultation, communication, or agreement between Respondents. Regardless of the time of detection, the State will consider any such actions to be grounds for response rejection or
contract termination.

3.3.5. A Respondent must not provide, for consideration in this RFP process or subsequent contract
negotiations, any information that the Respondent knew or should have known was materially
incorrect. If the State determines that a Respondent has provided such incorrect information, the
State will deem the Response non- responsive and reject it.

3.3.6. A Respondent must not submit more than one Technical Response and one Cost Proposal in
response to this RFP, except as expressly requested by the State in this RFP. If a Respondent submits more than one Technical Response or more than one Cost Proposal, the State will deem all of the responses non- responsive and reject them.

3.3.7. A Respondent must not submit a response as a prime contractor while also permitting one or
more other Respondents to offer the Respondent as a subcontractor in their own responses. Such may result in the disqualification of all Respondents knowingly involved. This restriction does not, however, prohibit different Respondents from offering the same subcontractor as a part of their responses (provided that the subcontractor does not also submit a response as a prime
contractor).

3.3.8. The State shall not consider a response from an individual who is, or within the past six (6)
months has been, a State employee. For purposes of this RFP:

3.3.8.1. An individual shall be deemed a State employee until such time as all compensation for
salary, termination pay, and annual leave has been paid;
3.3.8.2. A contract with or a response from a company, corporation, or any other contracting
entity in which a controlling interest is held by any State employee shall be considered to be a contract with or proposal from the employee; and
3.3.8.3. A contract with or a response from a company, corporation, or any other contracting
entity that employs an individual who is, or within the past six (6) months has been, a
State employee shall not be considered a contract with or a proposal from the employ ee
and shall not constitute a prohibited conflict of interest.
3.3.9. This RFP is also subject to Tenn. Code Ann. § 12-4- 101—105.
3.4. Response Errors & Revisions

A Respondent is responsible for any and all response errors or omissions. A Respondent will not be allowed to alter or revise response documents after the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events unless such is formally requested, in writing, by the State.
3.5. Response Withdrawal

RFP # 34800-073025

10
A Respondent may withdraw a submitted response at any time before the Response Deadline time and
date detailed in the RFP Section 2, Schedule of Events by submitting a written request signed by an
authorized Respondent representative. After withdrawing a response, a Respondent may submit another
response at any time before the Response Deadline. After the Response Deadline, a Respondent may only withdraw all or a portion of a response where the enforcement of the response would impose an unconscionable hardship on the Respondent.
3.6. Additional Services
If a response offers goods or services in addition to those required by and described in this RFP, the State, at its sole discretion, may add such services to the contract awarded as a result of this RFP. Notwithstanding the foregoing, a Respondent must not propose any additional cost amounts or rates for additional goods or services. Regardless of any additional services offered in a response, the Respondent’s Cost Proposal must only record the proposed cost as required in this RFP and must not
record any other rates, amounts, or information.

NOTICE: If a Respondent fails to submit a Cost Proposal exactly as required, the State may deem the response non -responsive and reject it.

3.7. Response Preparation Costs
The State will not pay any costs associated with the preparation, submittal, or presentation of any
response.

RFP # 34800-073025
11 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

4.1. RFP Amendment The State at its sole discretion may amend this RFP, in writing, at any time prior to contract award.
However, prior to any such amendment, the State will consider whether it would negatively impact the
ability of potential Respondents to meet the respons e deadline and revise the RFP Schedule of Events if
deemed appropriate. If an RFP amendment is issued, the State will convey it to potential Respondents who submitted a Notice of Intent to Respond (refer to RFP Section 1.8). A response must address the final RFP (including its attachments) as amended.

4.2. RFP Cancellation

The State reserves the right, at its sole discretion, to cancel the RFP or to cancel and reissue this RFP in accordance with applicable laws and regulations.
4.3. State Right of Rejection

4.3.1. Subject to applicable laws and regulations, the State reserves the right to reject, at its sole discretion, any and all responses.

4.3.2. The State may deem as non- responsive and reject any response that does not comply with all
terms, conditions, and performance requirements of this RFP. Notwithstanding the foregoing, the State reserves the right to waive, at its sole discretion, minor variances from full compliance with this RFP. If the State waives variances in a response, such waiver shall not modify the RFP requirements or excuse the Respondent from full compliance, and the State may hold any resulting Contractor to strict compliance with this RFP.

4.4. Assignment & Subcontracting

4.4.1. The Contractor may not subcontract, transfer, or assign any portion of the Contract awarded as a
result of this RFP without prior approval of the State. The State reserves the right to refuse approval, at its sole discretion, of any subcontract, transfer, or assignment.

4.4.2. If a Respondent intends to use subcontractors, the response to this RFP must specifically identify
the scope and portions of the work each subcontractor will perform (refer to RFP Attachment 6.2., Section B, General Qualifications & Experience Item B.18. ).
4.4.3. Subcontractors identified within a response to this RFP will be deemed as approved by the State unless the State expressly disapproves one or more of the proposed subcontractors prior to
signing the Contract.

4.4.4. After contract award, a Contractor may only substitute an approved subcontractor at the discretion of the State and with the State’s prior, written approval.

4.4.5. Notwithstanding any State approval relating to subcontracts, the Respondent who is awarded a
contract pursuant to this RFP will be the prime contractor and will be responsible for all work under the Contract.
4.5. Right to Refuse Personnel or Subcontractors

The State reserves the right to refuse, at its sole discretion and notwithstanding any prior approval, any
personnel of the prime contractor or a subcontractor providing goods or services in the performance of a contract resulting from this RFP. The State will document in writing the reason(s) for any rejection of
personnel.

RFP # 34800-073025

12
4.6. Insurance

The State will require the awarded Contractor to provide a Certificate of Insurance issued by an insurance
company licensed or authorized to provide insurance in the State of Tennessee. Each Certificate of Insurance shall indicate current insurance coverages meeting minimum requirements as may be specified by this RFP. A f ailure to provide a current, Certificate of Insurance will be considered a material breach
and grounds for contract termination.

4.7. Professional Licensure and Department of Revenue Registration

4.7.1. All persons, agencies, firms, or other entities that provide legal or financial opinions, which a
Respondent provides for consideration and evaluation by the State as a part of a response to this RFP, shall be properly licensed to render such opinions.

4.7.2. Before the Contract resulting from this RFP is signed, the apparent successful Respondent (and
Respondent employees and subcontractors, as applicable) must hold all necessary or appropriate business or professional licenses to provide the goods or services as required by the contract. The State may require any Respondent to submit evidence of proper licensure.
4.7.3. Before the Contract resulting from this RFP is signed, the apparent successful Respondent must
be registered with the Tennessee Department of Revenue for the collection of Tennessee sales and use tax. The State shall not award a contract unless the Respondent provides proof of such registration or provides documentation from the Department of Revenue that the Contractor is exempt from this registration requirement. The foregoing is a mandatory requirement of an award
of a contract pursuant to this solicitation. To register, please visit the Department of Revenue’s
Tennessee Taxpayer Access Point (TNTAP) website for Online Registration and the Vendor Contract Questionnaire. These resources are available at the following: https://tntap.tn.gov/eservices/_/#1

4.8. Disclosure of Response Contents

4.8.1. All materials submitted to the State in response to this RFP shall become the property of the State of Tennessee.
Respondents are cautioned not to provide any materials in response to this
RFP that are trade secrets, as defined under Tenn. Code Ann. § 47- 25-1702 and any other
applicable law. By submitting a response to this RFP, the respondent acknowledges and agrees that the State shall have no liability whatsoever for disclosure of a trade secret under the Uniform Trade Secrets Act, as provided at Tenn. Code Ann. § 47- 25-1701- 1709, or under any other
applicable law. Selection or rejection of a response does not affect this right. By submitting a
response, a Respondent acknowledges and accepts that the full response contents and associated documents will become open to public inspection in accordance with the laws of the State of Tennessee.

4.8.2. The State will hold all response information, including both technical and cost information, in
confidence during the evaluation process.
4.8.3. Upon completion of response evaluations, indicated by public release of a Notice of Intent to Award, the responses and associated materials will be open for review by the public in accordance with Tenn. Code Ann. § 10-7- 504(a)(7).

4.9. Contract Approval and Contract Payments

4.9.1. After contract award, the Contractor who is awarded the contract must submit appropriate
documentation with the Department of Finance and Administration, Division of Accounts.
4.9.2. This RFP and its contractor selection processes do not obligate the State and do not create
rights, interests, or claims of entitlement in either the Respondent with the apparent best -
evaluated response or any other Respondent. State obligations pursuant to a contract award
shall commence only after the Contract is signed by the State agency head and the Contractor

RFP # 34800-073025

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 16, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

The State of Tennessee's Central Procurement Office is seeking proposals (RFP # 34800-073025) for a comprehensive turnkey audio visual solution aimed at enhancing five training spaces at the Tennessee Bureau of Investigation in Nashville. The maximum contract value is estimated at $800,000 and encompasses necessary equipment, installation, integration, training, and ongoing maintenance. This project presents an opportunity for qualified contractors, particularly those owned by minorities, women, service-disabled veterans, and small enterprises, to engage with state government projects.

Turnkey audio visual solutionInstallation and integrationMaintenance and support servicesTrainingTennessee Bureau of Investigation
What the buyer is trying to do

The State aims to contract a complete audio visual solution that includes equipment, installation, integration, training, and maintenance for five training spaces within their headquarters.

Who should pursue this
  • Audio/Video equipment suppliers
  • Companies with experience in system integration
  • Firms specializing in training services for technology
Work breakdown
  • Equipment procurement and installation
  • System integration and setup
  • Training for staff on the new system
  • Ongoing maintenance and support
Response package checklist
  • Response Statement of Certifications & Assurances
  • Technical Response & Evaluation Guide
  • Cost Proposal & Scoring Guide
  • Reference Questionnaire
  • Score Summary Matrix
  • Completed Pro Forma Contract
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Commitment to nondiscrimination policies as mandated in the RFP
  • Adherence to the deadline for written questions and submission of proposals
Pricing strategy
  • Offer competitive pricing to align with the state's budget of $800,000
  • Consider value-added services that could enhance the proposal
Teaming and subs
  • Subcontract with specialized AV equipment providers
  • Partner with training organizations for comprehensive staff training
Risks and watchouts
  • Understanding and complying with all state procurement rules
  • Risk of disqualification for late submissions or improperly formatted responses
  • Potential for budget constraints limiting scope of work
Smart questions to ask
  • What are the specific technical requirements for the audio visual systems?
  • What are the expected timelines for project phases?
  • Are there specific brands or technologies preferred for the hardware?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Response deadline and schedule of events details are not included
  • Exact specifications of audio visual equipment are unclear
  • Training expectations and scope need clarification
  • Integration requirements with existing systems are not defined

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.