70Z03024QCLEV0133 - U.S. COAST GUARD SECTOR DETROIT CCTV REPLACEMENT PROJECT
ID: 70Z03024QCLEV0133Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CCTV Replacement Project at Sector Detroit. The project entails the complete replacement of the existing CCTV system, which is over a decade old and no longer meets current security needs, requiring the provision of all labor, materials, equipment, and supervision necessary for installation. This upgrade is crucial for enhancing security measures at a key Coast Guard facility, ensuring comprehensive surveillance capabilities and compliance with safety protocols. Interested parties should submit their quotes electronically by September 11, 2024, with an estimated project value between $100,000 and $250,000. For further inquiries, contact Jonathan Barrett at jonathan.c.barrett@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the context regarding current federal government Requests for Proposals (RFPs) and grants, as well as state and local RFPs. The primary focus includes guiding potential applicants through the government's procurement process, emphasizing compliance with federal regulations and standards. It details eligibility criteria, the proposal submission process, evaluation metrics, and the importance of aligning project objectives with governmental priorities. Key components include an explanation of grant funding availability, deadlines for applications, and any required documentation. The document aims to ensure prospective bidders understand the critical aspects of applying for RFPs and grants while adhering to legal frameworks. This comprehensive resource ultimately serves as a tool to facilitate effective project proposals, promoting transparency and accountability in government funding initiatives.
    The document outlines the reference information form for a government solicitation, focusing on requirements for companies applying for federal or state RFPs. Key elements include the company’s contact information, references for similar work, and a series of inquiries regarding past employment, experience in relevant work, project completions, and subcontracting plans. Companies must disclose any previous job terminations and potential challenges to completing the requested work on time. Compliance with the Davis Bacon Wage Act for prevailing wages must also be affirmed. Additionally, applicants must present three references including contact details and the nature of projects undertaken. This structured format ensures that the government can effectively assess the qualifications and reliability of bidders, fostering transparency and accountability in public contracting processes.
    This Request for Information (RFI) is issued by the U.S. Coast Guard (USCG) Base Cleveland, seeking clarifications or information related to an ongoing solicitation. The form requires the submission of the requester’s information, including the solicitation number, project location, and specific inquiries about discrepancies, alongside contact details. The RFI serves two purposes: to clarify the solicitation without altering its terms or to propose changes, which would necessitate issuing an amendment. The document outlines a structured response mechanism from the contracting office, emphasizing that responses are essential for effective communication during the procurement process. This form supports transparency and responsiveness within the framework of federal contracting, reflecting the government's commitment to engaging with potential contractors and ensuring clarity in the bidding process.
    This document outlines a solicitation for commercial products and services specifically for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). It provides essential details such as requisition and contract numbers, award dates, solicitation information, and due dates for offers. The primary focus of the solicitation is for a CCTV system purchase, including installation services, with specific quantity and pricing breakdowns required. The total award amount and delivery terms are also specified, emphasizing the importance of adhering to the provided Statement of Work. The solicitation aligns with federal and local contracting opportunities aimed at supporting small and disadvantaged businesses, ensuring compliance with the necessary guidelines. The document is structured to facilitate the submission of bids, including required signatures from both the contractor and the government contracting officer, with additional instructions for invoice submission and payment processes. Overall, this solicitation serves as a formal request for proposals aimed at enhancing the capabilities of government provided by diverse and capable vendors.
    The document serves as a Request for Quote (RFQ) for contractors to provide labor, materials, and equipment to upgrade an existing CCTV system for the U.S. Coast Guard at the Detroit, Michigan sector. Contractors are required to submit a complete solicitation package, including a detailed quote. The RFQ outlines various sections detailing service specifications and pricing (Section B), inspection and acceptance criteria (Section E), delivery performance standards (Section F), and invoicing procedures (Section G), emphasizing compliance with federal laws and regulations. It states that all quotes must include taxes and provide unique identification numbers. A range of insurance prerequisites covering workers' compensation and general liability is mandated before work commences. The estimated value of this project is between $100,000 and $250,000. The document intricately details procedures for invoicing and payment, including submission via the Invoice Processing Platform (IPP), ensuring contractors are registered in the System for Award Management (SAM) to facilitate payments. Overall, this RFQ underscores adherence to federal acquisition regulations while ensuring rigorous quality and compliance in service delivery.
    The document outlines Solicitation 70Z03024QCLEV0133 for the USCG Sector Detroit CCTV Replacement Project, with responses due by September 5, 2024, at 4:00 PM EDT. It specifies that bidders must provide a detailed breakdown of costs, including labor, materials, subcontractors, and other overheads. Quotes must be submitted electronically to the designated contracting officer, Timothy G. Arnold, who is also available for inquiries via phone or email. Notably, if a quote exceeds the government estimate by more than 30%, negotiations may be terminated. The package includes essential attachments, such as a Statement of Work and a Request for Information form, indicating a structured approach to project solicitation. This document reflects the typical process and requirements associated with federal contracting and procurement, ensuring transparency and competitive bidding in federal projects.
    The purpose of this Statement of Work (SOW) from the U.S. Coast Guard is to upgrade the Closed-Circuit Television (CCTV) system at Sector Detroit, located at 110 Mt. Elliott St., Detroit, MI. The existing system, over 10 years old, is inadequate for current security needs, with numerous defects and lacking support. The scope includes complete replacement of cameras, servers, and supporting infrastructure with a robust, environmentally sealed, and scalable standalone system that supports video analytics and continuous recording. The contractor is responsible for installation, training personnel, and maintaining a service contract post-installation. Key requirements include a fully operational system with extensive coverage of interior and exterior areas, capacity for 24/7 recording, and night vision capabilities. Safety protocols must be adhered to, including site safety management and adherence to government regulations. The document emphasizes the importance of maintaining security infrastructure to ensure personnel safety and responds to potential threats effectively, highlighting the government's commitment to safeguarding maritime interests. The comprehensive nature of the requirements indicates a thorough approach to enhancing security at a crucial Coast Guard facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.
    70Z03024QCLEV0125 - U.S. Coast Guard Air Station Detroit Fire Suppression Inspection
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the inspection of the fire suppression system at the Air Station Detroit, located in Selfridge ANGB, Michigan. The procurement involves providing all necessary labor, materials, equipment, transportation, and supervision to conduct the fire suppression system inspection, as detailed in the Statement of Work. This contract, estimated to be under $25,000, emphasizes the importance of maintaining safety standards and compliance with federal regulations for fire control equipment. Interested parties should contact Amanda D. Tobin at Amanda.D.Tobin@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote, expected to be available in approximately seven days.
    Purchase and installation of additional and replacement cameras to the existing Internet Protocol (IP) Video Surveillance System (VSS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is seeking qualified contractors for the purchase and installation of additional and replacement cameras for the existing Internet Protocol (IP) Video Surveillance System (VSS) at the Limbaugh Federal Courthouse in Cape Girardeau, Missouri. The project involves upgrading from outdated analog cameras to newer technology IP cameras, integrating a Network Video Management System (NVMS), and ensuring the system can monitor various security aspects while retaining video for a minimum of 30 days. This procurement is critical for enhancing security measures at federal facilities, with a contract performance period from October 1, 2024, to September 30, 2029, and options for maintenance services in subsequent years. Interested vendors must submit proposals by September 19, 2024, and can direct inquiries to Angela Varlow at Angela.Y.Varlow@fps.dhs.gov or Adam L. Reynoso at adam.l.reynoso@fps.dhs.gov.
    Headquarters CCTV Modernization 2024
    Active
    Transportation, Department Of
    The Department of Transportation (DOT) is seeking proposals for the Headquarters CCTV Modernization 2024 project, aimed at enhancing the physical security infrastructure at its headquarters in Washington, D.C. This initiative involves the procurement and installation of modern CCTV equipment, specifically transitioning from analog to digital systems, which includes replacing 13 existing cameras and ensuring interoperability with Bosch Systems components. The project is critical for improving surveillance capabilities and situational awareness for the DOT guard force, with a fixed-price contract anticipated to last 180 days. Interested small businesses must submit their technical and pricing proposals by September 24, 2024, with questions due by September 18, 2024; for further inquiries, contact Maliha Habib at maliha.habib.ctr@dot.gov or Robin Denise Gates at robin.gates@dot.gov.
    70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the AIRSTA Detroit Ramp Restriping Project, which involves providing all necessary labor, materials, and equipment for restriping the ramp at Selfridge ANGB in Michigan. Contractors must adhere to the Statement of Work and are encouraged to conduct a site visit to ensure accurate pricing; the project is critical for maintaining operational safety and compliance with federal regulations. Interested bidders must have active registration in the System for Award Management (SAM) and submit their quotes by September 20, 2024, at 4:00 PM EDT, with all inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil. The contract is set aside for small businesses under NAICS code 237310, with a performance period of 30 days post-award.
    Video Surveillance System Installation in Oakland, CA, at the Ronald Dellums Federal Building and Courthouse
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, through the Federal Protective Service, is seeking proposals for the installation of a Video Surveillance System (VSS) at the Ronald Dellums Federal Building and Courthouse in Oakland, California. The project requires a contractor to provide a comprehensive solution, including the purchase and installation of a new stand-alone Network Video Management System (NVMS), ensuring high-resolution footage capture and integration with existing security systems. This procurement is critical for enhancing security infrastructure at a federal facility and is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on price and technical merit. Interested vendors must submit their proposals by October 1, 2024, at 9:00 AM PDT, and can direct inquiries to Contract Specialist Gilbert Olivas at Gilbert.Olivas@fps.dhs.gov or by phone at 303-579-2437.
    70Z03024QCLEV0134 - Inspection and Descaling of Main building Pipes for US Coast Guard Station St. Ignace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the inspection and descaling of main building pipes at the U.S. Coast Guard Station in St. Ignace, Michigan. The project requires the provision of all necessary labor, materials, equipment, and supervision to address plumbing issues, including gray water odors and flooding, with a completion deadline set for September 30, 2024. This procurement is crucial for maintaining the operational integrity of the facility's plumbing system and is estimated to be under $10,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or by phone at 906-635-3243 for further details, and all relevant solicitation documents can be accessed via SAM.gov.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    CCTV Security Cameras Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR Norfolk, is seeking contractors for the replacement of CCTV security cameras. The objective of this procurement is to replace existing security cameras in accordance with the provided statement of work, ensuring enhanced surveillance capabilities. The services required fall under the NAICS code 561621, which pertains to Security Systems Services, and the PSC code N063, related to the installation of alarm, signal, and security detection systems. Interested parties can reach out to Victoria Bergstrom at 757-443-1437 or via email at victoria.bergstrom@navy.mil for further details regarding this solicitation.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.