SPCMSC POE Security Camera System Upgrade
ID: 140G0125Q0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

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

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to upgrade the Power over Ethernet (POE) Security Camera System at the St. Petersburg Coastal Marine Science Center (SPCMSC), covering all access points and the back parking lot of three buildings. The project requires the installation of a compliant camera system featuring 5 MP resolution, night vision capabilities, and a data retention period of at least three months, with all necessary materials, labor, and training to be provided by the contractor. This upgrade is crucial for enhancing security measures at the facility, ensuring compliance with federal regulations, and supporting ongoing research activities. Interested small businesses must submit their quotes by November 18, 2024, and are reminded to register in the System for Award Management (SAM) to be eligible for contract award; for inquiries, contact Kimberly Schneider at krschneider@usgs.gov.

    Point(s) of Contact
    Schneider, Kimberly
    0000
    krschneider@usgs.gov
    Files
    Title
    Posted
    The document presents a detailed layout of the U.S. Geological Survey (USGS) facilities in St. Petersburg, Florida, outlining various room designations and functional areas within multiple buildings, including the Studebaker and Getting buildings. Key spaces are identified, such as labs for radioisotope, sediment geochemistry, microbiology, and other scientific disciplines, alongside office areas, conference rooms, and necessary utilities such as kitchens and elevators. Each room is marked with an alphanumeric code for easy navigation. The file serves as a guide to the internal structure and organization of USGS's operational environment, offering crucial information for personnel and visitors related to federal grant and proposal processes tied to the scientific and administrative functions conducted on-site. Understanding these spaces is essential for effective project planning and resource allocation in alignment with government initiatives.
    The document outlines a camera coverage project linked to the US Geological Survey, referencing imagery sourced from bodies such as NOAA and the U.S. Navy. It involves data from the Landsat and Copernicus satellite systems, with images spanning from 1985 to 2024. The specific geographic focus appears to be on a location identified as "Studebaker Building" at 600 4th St S. The mention of coordinates suggests precision in data collection, while multiple camera systems are indicated for comprehensive environmental monitoring. This project may be relevant for federal RFPs and grants aimed at advancing environmental data analysis and resource management, highlighting the necessity of historical and contemporary imagery for effective decision-making and research in geosciences.
    The Accessibility Requirements Tool outlines the compliance guidelines for Information and Communication Technology (ICT) acquired or utilized by federal agencies, ensuring adherence to the Revised Section 508 Standards. The document specifies that all ICT components—hardware and software—must meet defined accessibility standards, including functional performance criteria for users with various disabilities. Key provisions include the requirement of an Accessibility Conformance Report (ACR) from offerors, detailing how their products meet accessibility criteria, an evaluation of typical user scenarios for thorough testing, and a description of incorporation of universal design principles. Prior to acceptance of ICT items, the government reserves the right to perform testing to validate claims of conformance with Section 508 standards. Should discrepancies be found, remediation may be demanded for compliance. This framework emphasizes the importance of accessibility in governmental ICT, illustrating the commitment to inclusive technology for all users, especially those with disabilities.
    The U.S. Geological Survey (USGS) intends to upgrade the security camera system for their Saint Petersburg Office, encompassing three buildings and coverage for all entry points and the back parking lot. The project requires installing a Power over Ethernet (POE) camera system that complies with NDAA Section 889, features 5 MP resolution and night vision capabilities, and records at least three months of data. The contractor must provide all necessary materials, labor, and installation expertise while adhering to local, state, and federal regulations. Work must be scheduled during normal business hours and staged to avoid disrupting ongoing research activities. The contractor is also responsible for training personnel in system operation and must ensure quality control by confirming the absence of malicious software in purchased hardware and software. The period for the entire project is set at 60 days from the notice to proceed, emphasizing the need for careful coordination and compliance with comprehensive security measures throughout the installation process.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically for the Florida counties of Hernando, Hillsborough, Pasco, and Pinellas. It establishes minimum wage rates based on whether contracts are entered into or renewed after January 30, 2022, referencing Executive Orders 14026 and 13658. The minimum hourly wage is set at $17.20 for contracts post-2022 or $12.90 for earlier contracts that aren't renewed after that date. The wage determination lists various occupations and their corresponding wage rates, as well as fringe benefits such as health and welfare, vacation, and holidays. It discusses the applicability of paid sick leave under Executive Order 13706 for contracts awarded after January 1, 2017. Additionally, it describes the conformance process for unlisted job classifications, emphasizing compliance with existing labor regulations. This document serves as a critical resource for contractors and governmental entities involved in RFPs, grants, and service contracts, ensuring compliance with wage standards and worker protections mandated by federal law.
    The document outlines a Request for Proposal (RFP) issued by the US Geological Survey (USGS) for a POE Security Camera System Upgrade, emphasizing that it is a 100% Small Business Set Aside. Potential contractors are required to provide comprehensive bids encompassing all necessary materials, labor, equipment, and supervision, following a specific Statement of Work (SOW). The offer must include a breakdown of pricing. The due date for submissions is set for October 24, 2024, at 1700 CST, with a delivery deadline of December 31, 2024. Beyond the pricing and SOW, the proposal includes various clauses from the Federal Acquisition Regulation (FAR), stipulating compliance with government standards including the Service Contract Labor Standards and mandates concerning the use of covered telecommunications. The importance of proper registration in the System for Award Management (SAM) is highlighted, along with defined evaluation criteria for submissions that prioritize technical capability and cost-effectiveness. This RFP exemplifies the government’s approach to fostering small business participation in federal contracting while ensuring adherence to rigorous procedural standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Install Video Surveillance Cameras and Recording Hardware
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking qualified contractors to install video surveillance cameras and recording hardware at two locations in Louisiana: the Sugarcane Research Unit in Houma and the Ardoyne Research Farm in Schriever. The project requires the installation of a minimum of 10 cameras at each site, capable of recording at least 30 days of footage, with all work to be performed in compliance with local, state, and federal regulations. This procurement is crucial for enhancing security measures at USDA facilities, ensuring safety and oversight during operations. Interested contractors must submit their quotes by 4:00 PM CST on November 14, 2024, and are encouraged to attend a site visit scheduled for November 4, 2024. For further inquiries, contact Jessica P. Pacheco at jessica.pacheco@usda.gov or call 662-686-5414.
    Wister Security Camera System Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the installation of a security camera system at Wister Lake in Le Flore County, Oklahoma. This procurement is a total small business set-aside, and the selected contractor will provide a firm-fixed price for one base contract line item and two optional items, focusing on compliance with the solicitation requirements and past performance. The security camera system is crucial for enhancing safety and surveillance at the site, ensuring effective monitoring of the area. Interested parties should note that the solicitation is expected to be issued around October 16, 2024, with quotes due by November 6, 2024, and a pre-proposal site visit scheduled for October 29, 2024. For further inquiries, contractors can contact Caitlyn Cox at caitlyn.m.cox@usace.army.mil or Melissa Hyslop at melissa.d.hyslop@usace.army.mil.
    VSS Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the installation of a Video Surveillance System (VSS) at the Denver Federal Center, Building 56. The contractor will be responsible for purchasing and installing a new stand-alone network video management system, with all work to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities, and it is set aside exclusively for small businesses under the SBA guidelines. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the extended deadline of November 4, 2024, at 0900 PDT. For further inquiries, potential bidders can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    Video Surveillance System (VSS) Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service is seeking a contractor for the installation of a Video Surveillance System (VSS) at the William L. Guy Federal Building in Bismarck, North Dakota. The project involves purchasing and installing a standalone network video management system, including the integration of six IP cameras to enhance security monitoring of key areas. This procurement is critical for upgrading the facility's security infrastructure and is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on best value criteria. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the extended deadline of November 1, 2024, at 0900 PDT; inquiries can be directed to Lynn Miller at lynn.e.miller@fps.dhs.gov.
    Video Surveillance System (VSS) Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service is seeking qualified contractors for the installation of a Video Surveillance System (VSS) at the Fargo Federal Building and Post Office in North Dakota. The project involves purchasing and installing a new stand-alone network video management system, with a requirement for completion within 90 business days following the Notice to Proceed. This procurement is crucial for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a total contract value anticipated to be firm-fixed price. Interested contractors must acknowledge receipt of amendments and submit proposals by November 1, 2024, at 0900 PDT, with inquiries directed to Lynn Miller at lynn.e.miller@fps.dhs.gov.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    Video Surveillance System Installation in Oakland, CA, at the Ronald Dellums Federal Building and Courthouse
    Active
    Homeland Security, Department Of
    The 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) to enhance security at the facility. This procurement is critical for ensuring the safety and security of federal properties and will be conducted as a total small business set-aside, with a firm-fixed price contract to be awarded based on price and other evaluation factors. Interested contractors must submit their proposals by October 31, 2024, and can direct inquiries to Contract Specialist Gilbert Olivas at Gilbert.Olivas@fps.dhs.gov or by phone at 303-579-2437.
    N063--36C256-24-AP-4879: CAVHS CBOC Security Cameras
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation of a security surveillance camera system across eight Community Based Outpatient Clinics (CBOCs) in Arkansas. The project aims to enhance security measures by implementing a system that transmits data for storage in the VA Virtual Cloud, allowing for incident investigations by VA Police. This initiative underscores the importance of improving security infrastructure within healthcare facilities, aligning with federal objectives to enhance community health services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by November 29, 2024, and direct all inquiries to Contracting Specialist Joseph L. Warren at joseph.warren@va.gov.
    Monochrome Cameras
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL) in Washington, DC, is soliciting quotes for the procurement of various monochrome cameras under RFQ number N0017325Q-130117559. The procurement aims to acquire specific models of USB 3.1 Blackfly® S monochrome cameras and a fiber-coupled frequency stabilized laser diode, emphasizing compliance with detailed specifications and the provision of new, brand name or equal products. This initiative supports the NRL's research and operational needs, ensuring that the selected products meet OEM warranty and service conditions. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by October 28, 2024, at 7:00 AM EST, and are encouraged to contact Teigh Cheyney at tahesha.cheyney@nrl.navy.mil for further inquiries.
    R--Digital Services, Motus/Hydra Database Development
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors for the development of the Motus/Hydra Database as part of a digital services contract opportunity. This procurement aims to enhance the agency's capabilities through custom computer programming services, which are critical for managing and analyzing geological data effectively. The contract is set aside for small businesses, with a funding limit of $34 million, and the submission deadline for seller questions is October 29, 2024, while the overall contract end date is October 30, 2024. Interested parties can reach out to Donald Downey at ddowney@usgs.gov or by phone at 303-236-9331 for further information.