58--OSTB-REPLACE SECURITY SYSTEM CAMERAS/MON
ID: 140P1325Q0027Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR SANTA FE(12100)SANTA FE, NM, 87504, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the replacement of security system cameras at the Old Santa Fe Trail Building in Santa Fe, NM. The project involves the installation of 24 new Milestone-compatible Axis IP cameras and the necessary network infrastructure, with a focus on enhancing security for staff and protecting valuable artifacts. This procurement is critical for maintaining the integrity and safety of a National Historic Landmark, ensuring compliance with federal standards throughout the installation process. Interested small businesses must submit their proposals by May 8, 2025, with a site visit scheduled for April 23, 2025, and inquiries accepted until April 28, 2025. For further information, potential bidders can contact Colin Read at colin_read@nps.gov or by phone at 720-670-0464.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service has issued a Request for Proposal (RFP) for the replacement of the video surveillance system at the Old Santa Fe Trail Building, a National Historic Landmark in Santa Fe, NM. This project aims to enhance security for staff and protect valuable artifacts through the installation of 24 new Milestone-compatible Axis IP cameras and the necessary network infrastructure. The performance-based scope of work includes replacing network cabling with copper and fiber optic cables, installing power over Ethernet switches, and ensuring compliance with applicable regulations. The project must be completed within 90 days of the award and will require all camera systems to support specific technical standards, including environmental ratings and operational capabilities. Contractors are responsible for quality control, safety, and adherence to federal standards throughout installation. Additionally, guidelines stipulate the careful integration of the surveillance system into the historic structure without disrupting existing services. Government-furnished items such as existing network infrastructure will aid the contractor's efforts, while the contractor is expected to provide all remaining necessary equipment and licensing for the surveillance system’s successful operation. This project reflects the commitment of the National Park Service to maintaining the integrity and security of its historic facilities.
    The document outlines the justification for the National Park Service (NPS) to procure a video surveillance and camera system specifically featuring Axis Communications brand cameras for the Old Santa Fe Trail Building. The existing surveillance equipment is outdated, necessitating an upgrade to enhance security for staff and visitors. The justification for limiting competition to Axis brand cameras is rooted in their unique compatibility with the NPS's surveillance software, Milestone XProtect, ensuring full functionality. The procurement is authorized under federal regulations, establishing that only Axis cameras can meet the agency's needs without compromising system capabilities. Although attempts will be made to solicit offers openly, the specific compatibility requirements create barriers for other manufacturers. The document mentions that costs will be deemed fair and reasonable based on previous agency acquisitions, and no additional market research was necessary, given the agency-wide use of the requisite software. The NPS acknowledges that future acquisitions could benefit from exploring different surveillance software options to increase brand compatibility, but such changes are beyond the scope of this procurement action. The certifications provided reinforce the accuracy and completeness of the justification.
    The government file RFI 01 140P1325Q0027 pertains to the replacement of security system cameras at a facility with stable power and various wall types, primarily adobe. The installation may require drilling and potentially conduit in specific areas. It outlines that a new Command Control system will not be utilized, nor is there an existing Milestone VMS in place. Indoor and outdoor camera placements are specified in the accompanying floor plan, with particular areas requiring specialized camera functionalities like 360-degree views and Pan/Tilt/Zoom capabilities. The CCTV and IT security aspects are addressed; the system must be integrated into a secure government network, but the contractor is not responsible for server hardening or cybersecurity compliance, which falls under DOI IT staff responsibilities. While continuous monitoring is required, contractors do not need to provide an IT security plan or ensure complete FISMA compliance. Overall, the document details the expectations and specifications for the installation of a new security camera system as part of a governmental initiative to enhance facility safety.
    This government document pertains to RFI 03 140P1325Q0027, which addresses the replacement of security system cameras. The proposal deadline cannot be extended. Inquiry responses clarify that current cameras receive power from poles near the annex building, and new underground conduits must be installed under paved areas; however, contractors are responsible for junction and termination box provisions. The government will furnish necessary interior painting supplies, such as lime plaster and neutralizing primer, to refresh walls post-work. Additionally, the use of Point-To-Point network devices for signal transmission from the new exterior cameras to the building is permitted if contractors provide appropriate hardened equipment. This document is part of a broader initiative to enhance security systems, ensuring contractors are well-informed on expectations and requirements, thus facilitating compliance and effective project execution.
    The document pertains to a Request for Information (RFI) regarding the replacement of security system cameras within a federal government building. It outlines specific inquiries that highlight essential project requirements. Firstly, it questions whether Axis brand cameras are mandatory or if equivalent alternatives are acceptable, referencing a brand justification document on sam.gov. Secondly, it seeks clarification on cabling responsibilities, emphasizing that installation from the cameras to the data rooms in the building's basement is required, while noting existing infrastructure. Additionally, the document mentions a missing drawing that is essential to understanding the scope of work, with a commitment to provide the necessary plans. This RFI serves to ensure clarity on specifications and deliverables for potential contractors, facilitating a comprehensive approach to the security system upgrades. Overall, it reflects the government's proactive stance in addressing project requirements and ensuring the readiness of all related documentation.
    The document outlines an amendment to solicitation number 140P1325Q0027, regarding the installation of security cameras at the Old Santa Fe Trail Building in Santa Fe, NM. The amendment includes instructions for acknowledging receipt of the amendment and the procedures for submitting changes to previously submitted offers. It specifies the deadline for receiving offers and inquiries, indicating that all terms and conditions of the original solicitation remain unchanged except where noted. A site visit is scheduled for April 23, 2025, as part of the offer process, with a deadline for questions set for April 28, 2025. The amendment communicates the necessity for contractors to confirm receipt and adhere to specified timelines for submission to ensure proper consideration of their proposals. Overall, the document serves to update potential bidders on critical procedural changes related to the solicitation and emphasizes the importance of compliance with specified instructions to avoid rejection of offers.
    The document is an amendment to solicitation number 140P1325Q0027, specifically pertaining to a project for the installation of security cameras at the Old Santa Fe Trail Building. This amendment, identified as 0002, outlines several crucial updates, including the posting of responses to requests for information (RFI 02) and the inclusion of two attachments: OSFT Exterior Cameras and OSTB Floor Plan. It emphasizes the necessity for contractors to acknowledge receipt of this amendment and provides the time frame for submissions, indicating that late acknowledgments may lead to rejection of offers. Additionally, it details the procedures for modifying existing offers and highlights that all other terms and conditions of the solicitation remain unchanged. Key dates include a site visit scheduled for April 23, 2025, and the last day for questions, which is April 28, 2025. The document, essential for maintaining compliance in federal contracting processes, ensures that all interested parties are informed of the changes and can prepare accordingly for their submissions related to the security installation project.
    This document serves as an amendment to solicitation 140P1325Q0027 concerning the installation of security cameras at the Old Santa Fe Trail Building. It outlines important modifications, including the acknowledgment process for recipients which must be completed before the specified deadline. Key deadlines include the last day for questions on April 28, 2025, and a scheduled site visit on April 23, 2025. The primary purpose of the amendment is to provide a post Request for Information (RFI) and set forth additional instructions while confirming that all other terms and conditions remain unchanged. The document includes contact information for the contracting officer and a point of contact for the site visit, ensuring potential contractors can clarify any issues before responding. This amendment is crucial for ensuring compliance among bidders and facilitating a transparent procurement process for the federal project.
    The document outlines a Request for Quotation (RFQ) from the National Park Service for the provision and installation of Brand Name Security Cameras at the Old Santa Fe Trail Building in Santa Fe, NM. The solicitation, numbered 140P1325Q0027, specifies a 100% Small Business set-aside, with an associated NAICS code of 561621 and a small business size standard of $25 million. Quotes are due by May 8, 2025, at 1 PM (MT), with a site visit scheduled for April 23, 2025. Interested contractors must be registered in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) before submitting proposals. The evaluation of bids will consider price, technical capabilities, and prior experience with similar projects. Required submittal documents include a completed SF1449, product specifications, a capabilities statement, and references for prior work. The selected contractor will enter a firm-fixed price contract following FAR Part 13, emphasizing a commitment to compliance with various regulations, including safety and labor standards. Overall, this RFQ highlights the government’s aim to enhance security measures while ensuring support for small businesses in federal contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    CCTV Installation
    State, Department Of
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Santa Fe Front Gate Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project, aimed at restoring the functionality of the front gate operating system. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to repair both the entry and exit gates, including the installation of four MAX 11400 Operators with battery backup and concrete pads, while adhering to safety standards and minimizing disruption to cemetery operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 1:00 PM EDT on December 19, 2025, and can direct inquiries to Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV. The estimated construction magnitude is below $25,000, and the work must be completed within 60 calendar days from the Notice to Proceed.
    Water System Upgrades Santa Fe National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Water System Upgrades project at the Santa Fe National Forest, located in Pecos, New Mexico. This project involves the replacement of three drinking water systems at high-use recreation sites: Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, requiring comprehensive demolition and installation of new infrastructure. The upgrades are crucial for ensuring safe and reliable water supply for recreational use and administrative functions in the area. Interested contractors should note that proposals are due by December 17, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.