DORMITORY CCTV
ID: FA480125Q0010Type: Combined Synopsis/Solicitation
3 AwardsMay 21, 2025
$585.4K$585,395
AwardeeAPEX TECHNOLOGIES LLC Las Cruces NM 88001 USA
Award #:FA480125P0033
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

CAMERAS, MOTION PICTURE (6710)

Set Aside

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

    The Department of Defense, through the 49th Contracting Squadron at Holloman Air Force Base (AFB) in New Mexico, is seeking qualified small businesses to provide and install a comprehensive Axis CCTV system across three dormitory buildings and their associated parking lots. The project aims to enhance security by ensuring full coverage of common areas with a standalone network video recorder (NVR) system, utilizing Point to Point technology for communication and requiring specific installation protocols, including potential drilling for cable infrastructure. Interested vendors must submit their quotes by May 5, 2025, following a site visit scheduled for April 28, 2025, and can direct inquiries to SrA Jhayde Hyde at jhayde.hyde@us.af.mil or Johnnie Walker at johnnie.walker.2@us.af.mil for further clarification on the solicitation requirements.

    Files
    Title
    Posted
    The Holloman AFB Dormitory CCTV Project outlines the requirements for a contractor to install and maintain a comprehensive video surveillance system in specific dormitory buildings at Holloman Air Force Base, New Mexico. Key services include the provision, installation, testing, and ongoing support for a Digital Video Recording (DVR) system ensuring complete coverage of common areas. The contractor is responsible for site preparation, waste management, and compliance with all necessary permits and environmental regulations. The proposed system must use NDAA-compliant, new equipment including various Axis cameras and related recording and monitoring hardware. The contractor will also provide training for government personnel on system operation and troubleshooting, along with ongoing maintenance during the warranty period. Further stipulations include the contractor supplying all tools and safety equipment, adhering to security protocols for personnel access, and ensuring waste-free work environments. The contract defines operational hours and lays out holidays when work is typically prohibited, emphasizing a structured timeline for project completion while prioritizing safety and regulatory compliance throughout the installation process.
    The Holloman AFB Dormitory CCTV Project entails the installation of a comprehensive video surveillance and recording system across three dormitory buildings and associated parking lots, ensuring full coverage of common areas. The contractor is responsible for management, labor, tools, and equipment necessary for installation and maintenance of the system. Key tasks include site preparation, obtaining permits, and waste management, with a requirement for daily cleanup. The surveillance system must feature specific NDAA-compliant Axis cameras and recording equipment, all programmable at no cost to the government. The contractor must also provide training to government representatives upon completion, ensuring maintenance access and operational functionality during the warranty period. The contract outlines government-furnished utilities and facilities, and stipulates safety, inspection, and conflict of interest protocols. Work is limited to specified operational hours, and careful coordination with base officials is mandatory for any after-hours operations. Overall, this project underscores the intent to enhance security within Holloman AFB dormitories while adhering to strict governmental standards and safety regulations.
    The Dormitory CCTV Project at Holloman AFB, New Mexico, entails the installation of a comprehensive video surveillance and Digital Video Recording (DVR) system in designated dormitory common areas. The contractor is responsible for managing all aspects of the project, including procurement, installation, testing, and maintenance of surveillance equipment that must comply with specific technical standards. The scope includes conducting a site survey, ensuring proper waste removal, and providing necessary permits. The configuration includes various Axis camera models for interior and exterior monitoring, NVR systems, training for government representatives, and a commitment to maintain the system during the warranty period. Additionally, the contractor must designate an experienced contract manager and adhere to safety regulations while ensuring the work areas remain clean and secure. The contract outlines restrictions regarding employee conflicts of interest, work schedules, and access protocols to maintain security. This project signifies a strategic initiative to enhance safety and security at Holloman AFB by upgrading its surveillance capabilities.
    The Holloman Air Force Base (AFB) plans to implement a comprehensive CCTV project in its dormitories to enhance security. The contractor will manage all aspects of installation, testing, and maintenance of a video surveillance and Digital Video Recording (DVR) system, ensuring full coverage of common areas across designated buildings. The work will involve meticulous site preparation, waste removal, and adherence to environmental regulations, with a focus on minimizing disruption to existing infrastructure. Key features of the project include the installation of various vandal-resistant cameras from Axis, ensuring compliance with National Defense Authorization Act (NDAA) standards, and the use of advanced networking and monitoring equipment. Training for government personnel on system operation and troubleshooting is also part of the contract, ensuring sustainable operation throughout the warranty period. The document emphasizes safety protocols, orderly worksite management, and compliance with Air Force security regulations, including employee background checks. The contractor will be responsible for constructing a clean and safe work environment while managing logistics, and adherence to scheduled hours of operation. This project represents a significant commitment to improving security at Holloman AFB's dormitory facilities through modern surveillance technology.
    This document serves as an addendum to FAR provision 52.212-1, detailing instructions for submitting quotes for commercial products and services under federal solicitations. It outlines the importance of the North American Industry Classification System (NAICS) code and small business size standards, specifying 500 employees (or 150 for certain IT services) as thresholds for small business eligibility. Quoters must submit signed quotes by the specified deadline, including key information such as solicitation numbers, technical descriptions, pricing, and acknowledgments of amendments. Quotes must be kept firm for 30 days, with guidelines for late submissions and modifications outlined. Contract awards are discussed, emphasizing the government’s intent to make decisions based on initial offers and highlighting the potential for negotiations, while also requiring that past performance information be included when necessary. The document also mentions requirements concerning a unique entity identifier and details procedures for obtaining relevant specifications and standards from government agencies. Overall, the addendum reinforces compliance and thoroughness in the quoting process, ensuring proper evaluation and contract award to meet government needs.
    This document serves as an addendum to the federal government’s procurement guidelines, specifically addressing the evaluation criteria for contract awards under simplified acquisition procedures. It outlines that the government will award contracts based on the most advantageous quote, primarily evaluated through its price and acceptability. A quote is deemed acceptable if it aligns with the material requirements of the solicitation and demonstrates unqualified agreement to the terms provided. The document also emphasizes that any deviations or omissions from the request for quote (RFQ) will render a quote unacceptable. Additionally, the evaluation of the quoted price must ensure fairness and reasonableness. Overall, the addendum clarifies the criteria for quoting and the implications of submission, reinforcing the necessity for compliance with solicitation requirements to be eligible for contract awards. This is essential for contractors aiming to engage in government contracts, ensuring transparency and fairness in the procurement process.
    The document outlines a Single Source Justification for the procurement of a standalone Axis CCTV system for three dormitories and associated parking lots at Holloman Air Force Base (AFB), NM. The contracting activity, 49 CONS/PKA, has identified a need for a comprehensive video surveillance and Digital Video Recording system that provides full coverage of common areas. The justification for soliciting from a single source stems from prior installations of AXIS Communication systems, which ensures continuity in functionality and maintenance. Alternatives were considered; however, they lacked compatibility with existing infrastructure and would require additional training. To avoid future sole source acquisitions, the requiring activity plans to research compatible systems and providers that can offer innovative solutions. The Contracting Officer has confirmed that circumstances necessitate this single-source approach, citing efficiency and functionality as critical factors. The document emphasizes the need for a standardized system to enhance operational performance and minimize training discrepancies within the military context, aligning with federal acquisition practices.
    The 49th Contracting Squadron at Holloman Air Force Base (AFB), NM, has issued a combined synopsis/solicitation (FA4801-25-Q-0010) for the purchase and installation of an Axis CCTV system across three dormitories and parking lots. This solicitation adheres to the streamlined procedures outlined in the Federal Acquisition Regulation (FAR) and is set aside for small businesses within the security services industry (NAICS 561621). Interested vendors are required to submit detailed documentation, including service descriptions, company information, and price quotations by May 5, 2025. A site visit is scheduled for April 28, 2025, with necessary access permissions highlighted for bidders lacking prior clearance. The contract will entail compliance with various FAR provisions and clauses. Companies must affirm their agreement to the solicitation's terms, or provide exceptions with rationales. The document emphasizes the importance of timely and compliant submissions to facilitate contract award, reflecting the government’s procurement processes aimed at enhancing security infrastructure at military installations.
    The document outlines a structural layout for buildings located at 331 and 333-334, detailing the distribution of floors and rooms across these locations. Each building is structured into sequential floors, with both 1st, 2nd, and 3rd floors mentioned for the respective addresses. The layout indicates multiple floors without providing specific detail on the purpose or contents of each space, suggesting a focus on identifying organizational or departmental arrangements within these facilities. This format aligns with common practices in federal and local RFPs, which often specify structural requirements or logistical setups for proposed projects, though no explicit project scope or objectives are outlined in the provided content. This summary encapsulates an overview of the spatial layout relevant for potential federal grants or contract work related to these buildings.
    The document outlines a federal Request for Proposals (RFP) aimed at enhancing community resilience through local infrastructure improvements. The main objective is to solicit proposals from various organizations for projects that bolster urban and rural areas against environmental challenges, such as climate change and natural disasters. Key components of the RFP include funding opportunities for innovative projects focusing on sustainable infrastructure, community engagement, and technical assistance. Supporting details highlight eligibility criteria for applicants, emphasizing partnerships with local governments and community organizations. The document also delineates evaluation criteria, prioritizing projects that demonstrate measurable outcomes and long-term sustainability. Additionally, it includes timelines for submission and selection processes, along with compliance requirements for federal regulations. This RFP represents a significant federal initiative aimed at empowering local communities, fostering collaboration, and improving readiness for adverse environmental impacts, thereby enhancing overall community resilience.
    The document outlines technical specifications and inquiries related to the installation of CCTV cameras on poles in designated parking areas across three buildings on a campus. Each building will utilize a standalone network video recorder (NVR) system, with no existing power supply or communication links between the buildings. The proposed installation includes three cameras on separate poles, relying on Point to Point technology for communication to the NVRs. The document clarifies that while stable power is available due to dormitory functions, the camera installation's cable infrastructure may require drilling through walls, depending on vendor preference. Additionally, the CCTV system is designed to store around three months of video recordings. The poles for camera installation will be provided according to existing plans. This technical overview is significant for contractors responding to the RFP, ensuring clear understanding of requirements and operational parameters for the project.
    The document outlines site visit questions concerning cable installations, electrical lighting, NVR specifications, and service warranties for a project involving security upgrades at multiple building sites. Key issues include assessing conduit capacity for new cable installations, ensuring adequate power supply to light poles used for cameras, and determining the capability of existing Network Video Recorders (NVRs) to support additional cameras. The electrical shop is addressing concerns regarding the power to lights and specific requirements for the vendors. Specifications indicate remaining camera ports for each building, ensuring adequate surveillance capabilities. Furthermore, a comprehensive warranty of five years covering service and labor is expected post-installation. This summary highlights the project's focus on infrastructure upgrades and security enhancements, typical in government RFPs, aiming to ensure compliance and effectiveness in surveillance operations.
    Lifecycle
    Title
    Type
    DORMITORY CCTV
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. The project entails the removal and replacement of existing telecommunications cables and equipment with CAT6 cabling, installation of vertical cable raceways, and ensuring compliance with KAFB Comm Standards, as well as extensive testing and documentation of the installed infrastructure. This procurement is crucial for establishing a reliable telecommunications network that connects multiple buildings to the Department of Defense network, enhancing operational capabilities. The anticipated contract value is between $500,000 and $1 million, with the solicitation expected to be posted on or around January 2, 2026. Interested parties should contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil for further information.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Quickset Gimbal system, which is essential for providing motion stability and high-precision pointing control for various remote sensing instruments valued at over $9 million. The procurement aims to enhance educational activities in Optical Engineering and Applied Physics at the Air Force Institute of Technology by ensuring the gimbal meets specific technical requirements, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on December 16, 2025. This opportunity is set aside for small businesses under NAICS code 334516, with a performance period of 16 weeks post-award.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    FPV Drone Package
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a FPV Drone Package through a Combined Synopsis/Solicitation notice. This procurement is aimed at acquiring a comprehensive package of drone parts, which are essential for enhancing unmanned aircraft capabilities within military operations. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. Interested vendors can reach out to Akaninyene Udoeyop at 346-280-3164 or via email at akaninyene.j.udoeyop.mil@army.mil for further details regarding submission requirements and deadlines.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of circuits from a legacy Synchronous Optical Network (SONET) to a Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The project requires the contractor to provide on-site support for ten months, migrating between 300 to 500 circuits, which includes responsibilities such as migration design, equipment installation, and testing, while adhering to security requirements and minimizing government involvement. This procurement is critical as it addresses the need to replace outdated SONET infrastructure with modern DWDM technology, ensuring operational efficiency and compliance with DoD mandates. Interested contractors must submit their quotes by December 31, 2025, and direct any questions to Paul Baraldi or Scott Yeaple via email by December 10, 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.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.