Purchase and installation of 4 stand-alone video surveillance systems.
ID: 70LGLY25QSSB00035Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO PROCUREMENT OFFICEBrunswick, GA, 31524, USA

NAICS

Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use (334512)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

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

    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for the purchase and installation of four standalone Video Surveillance Systems (VSS) at its facility in Glynco, Georgia. The project requires the installation of fixed cameras, client workstations, flat panel monitors, and other necessary equipment to ensure a fully operational surveillance system, with completion expected within 60 days of receiving the Notice to Proceed. This initiative is crucial for enhancing security infrastructure at federal facilities, reflecting the government's commitment to maintaining safety and compliance with national security standards. Interested contractors must submit their quotes by 1700 hours EDT on May 16, 2025, and direct any inquiries to Jimmy Dolloff at jimmy.dolloff@fletc.dhs.gov or by phone at 912-261-2863.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Homeland Security for the installation of a Video Surveillance System (VSS) at the Federal Law Enforcement Training Centers (FLETC) in Glynco, Georgia. The RFP specifies compliance with various federal regulations, including provisions addressing the prohibition of contracting for services or equipment from certain entities associated with foreign adversaries, like Kaspersky Lab and specific Chinese companies. Key details include the submission deadline set for local time on March 18, 2025, with an expected delivery timeline of 60 days post-award. The contract is a fixed-price agreement, emphasizing adherence to safety directives and operational compliance with FLETC regulations. Additionally, offerors must submit a statement of compliance regarding combating trafficking in persons and confirm subcontractor compliance. The document serves as a structured guide for potential contractors, highlighting the importance of regulatory compliance, project expectations, and evaluation criteria. By ensuring compliance with legal and safety standards, the government aims to enhance security infrastructure while fostering responsible contracting practices.
    This document constitutes an amendment to a federal solicitation issued by the Federal Law Enforcement Training Centers, part of the Department of Homeland Security. The amendment modifies crucial details regarding the submission of offers, including the acknowledgment of receipt of the amendment itself. Contractors must confirm receipt by designated methods before the specified deadline, failure of which may lead to the rejection of offers. A notable change includes the alteration of the bids due date from April 14, 2025, to April 21, 2025, to extend the period for competition. The amendment clarifies that while the terms of the original solicitation remain in effect, certain administrative changes have been made. The document outlines the necessary procedures and requirements for contractors concerning the acknowledgment process and submission methods. Overall, this amendment serves to ensure transparency in the contracting process and allows sufficient time for potential bidders to prepare their offers, thus promoting fair competition within federal contracting.
    The document pertains to an amendment of a solicitation issued by the Federal Law Enforcement Training Centers under the Department of Homeland Security. The key purpose of this amendment is to inform contractors about changes to the solicitation timeline, including an extension of the bids due date from April 21, 2025, to May 16, 2025, to allow vendors adequate time to prepare quotes based on a revised Statement of Work. Contractors are required to acknowledge receipt of this amendment through specified methods to ensure their offers are still considered valid. This amendment modifies a previously established contract, reinforcing the importance of adhering to the updated submission guidelines. The document emphasizes the need for clear communication and compliance with federal procurement processes, maintaining the overall integrity of the solicitation. All other terms and conditions of the original document remain unchanged. This reflects the government's effort to facilitate fair bidding practices while ensuring that necessary adjustments are communicated effectively to all potential contractors.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the responsibilities and obligations of individuals—such as employees, consultants, and subcontractors—who access sensitive information owned by the U.S. Government. The NDA emphasizes the protection of two primary categories of information: Protected Critical Infrastructure Information (PCII) and Sensitive Security Information (SSI), along with other sensitive but unclassified (SBU) information. Signatories must acknowledge their understanding of various security requirements, including informed compliance with relevant laws and regulations. The document details the process for handling, disseminating, and safeguarding sensitive information while asserting the government’s authority to monitor compliance. Specific sections mandate the return of materials upon the end of access or duties while prohibiting unauthorized disclosures. The NDA reinforces the requirement for reporting security violations and highlights the consequences of non-compliance, which can lead to disciplinary actions and the revocation of access privileges. Furthermore, the agreement clarifies that it does not alter existing whistleblower protections and emphasizes confidentiality regarding sensitive disclosures. Overall, the NDA is a framework designed to ensure that necessary protections are in place for critical information related to national security and public safety within the context of federal operations and contracts.
    The Federal Protective Service (FPS) of the U.S. Department of Homeland Security outlines the Statement of Work (SOW) for the installation of a Video Surveillance System (VSS) at the Federal Law Enforcement Training Center (FLETC) in Glynco, Georgia. This project aims to enhance security measures by installing standalone network video management systems, including fixed cameras and client workstations at four entrances, ensuring a robust monitoring capability. Each location's system is designed to operate independently without internet connectivity, complying with federal regulations. Key elements include the installation of comprehensive video storage solutions, specialized networking equipment, and adherence to safety and health regulations throughout the installation process. The contractor is responsible for ensuring compliance with laws and industry standards, as well as providing training and documentation for system operations. Deliverables include detailed project plans, performance testing results, and operation manuals. The project emphasizes a structured approach to installation, functionality testing, and ongoing maintenance, demonstrating FPS's commitment to securing federal facilities against various threats. All work must be completed within 60 business days from the notice to proceed.
    The document outlines the Statement of Work (SOW) for the installation of a Video Surveillance System (VSS) at the Federal Law Enforcement Training Center (FLETC) in Glynco, Georgia. The Federal Protective Service (FPS) is responsible for this project to enhance security at federal facilities. The installation involves deploying four standalone VSS systems at various screening entrances, each comprising multiple fixed cameras, non-networked workstations, video storage, and monitoring equipment from different manufacturers to facilitate training. Key requirements include ensuring compliance with the National Defense Authorization Act and the Trade Agreement Act, along with detailed technology specifications for equipment, network management, and video storage protocols. The project also mandates adherence to strict installation, configuration, and operational guidelines, ensuring all personnel are licensed and trained. Deliverables include a project plan, pre-installation documentation, and successful completion of a performance verification test. The contractor is responsible for maintaining safety standards, cleanliness, and the protection of existing systems during installation. A comprehensive set of post-installation deliverables, including systems documentation and warranty information, must be submitted for government review before the project’s acceptance. This project exemplifies the government’s commitment to advancing security measures while enforcing regulatory compliance and operational efficiency.
    The Federal Protective Service (FPS) of the U.S. Department of Homeland Security has issued a Statement of Work (SOW) for the installation of standalone Video Surveillance Systems (VSS) at the Federal Law Enforcement Training Center (FLETC) in Glynco, Georgia. This project entails deploying four VSS, each equipped with five cameras, a digital video recorder, and other necessary components. The systems will operate independently, without interconnection to any other networks. The contractor is responsible for adhering to national security standards, ensuring all equipment complies with federal regulations, and fulfilling detailed installation and maintenance requirements. Emphasis is placed on quality control, safety, and proper documentation throughout the installation process, which must be completed within 60 business days post-award. The FPS requires rigorous oversight, including site visits, testing plans, and thorough training for personnel on the new systems. This initiative reflects the FPS’s commitment to enhancing security infrastructure at federal facilities against various threats.
    The document addresses questions regarding the specifications and requirements for a Video Surveillance System (VSS) under a government Statement of Work (SOW). Key discussions include storage capacity for video recording, with discrepancies noted between section B.1.6 and C.3.1 regarding camera count and storage needs. The government clarified that sufficient storage for eight cameras is intended for future expansion, despite the initial setup being five cameras. Further, the discussion focused on the exclusion of network switches from contractor-furnished equipment, which the government affirmed is not required as the VSS is designed to be a stand-alone system for training purposes. The document also confirms the separation of workstations and VSS recording devices in SOW specifications to eliminate confusion for contractors. Additionally, it states that video management software licenses are not intended to be upgradeable or transferable at no cost. This document ultimately reflects the intent to ensure a clear understanding of the equipment and installation requirements for the VSS system within the contracted framework, emphasizing a straightforward, standalone installation without the need for network integration.
    The document outlines specifications and clarifications for a government Request for Proposals (RFP) related to the implementation of a Video Surveillance System (VSS). Key requirements include nonrecurring licensing fees for the Video Management Software (VMS), upgradeable software licenses at no extra cost, and compliance with specific regulations, including NDAA and TAA. Each location requires identical camera brands, while the overall VSS will consist of different manufacturers across four stations for training purposes. The document highlights the need for additional storage for future expansions and confirms that racks must be fixed in place despite having wheels. Additionally, it details that contractors are not responsible for installing power unless specified. The government requires various documentation from manufacturers, emphasizing compliance with security protocols. Overall, the RFP aims to ensure a comprehensive and robust installation of multiple surveillance systems across designated locations, maintaining high operational standards and compliance with safety regulations.
    The document addresses various technical clarifications regarding the Network Video Management System (NVMS) RFP. It highlights discrepancies, including the requirement of a server, detailed storage needs for additional cameras, and the purpose of laptops in the system setup. Multiple sections of the Statement of Work (SOW) reference storage but lack consistency in specifications, necessitating clear definitions of storage capacity and RAID configurations. Additionally, the document questions the redundancy of equipment such as a rack-mounted display alongside a monitor. It emphasizes the vendor's accountability for providing expertise and ensuring compliance with technical standards, while the solicitation aims for the lowest price technically acceptable. These clarifications are essential for potential contractors to meet Federal Law Enforcement Training Centers (FLETC) requirements effectively.
    The document appears to be a corrupted or illegible file, possibly related to government RFPs (Request for Proposals), federal grants, and state and local RFPs. Due to extensive corruption, key details and topics are inaccessible, making it difficult to extract meaningful information. However, it underscores the importance of proper data management in governmental processes to ensure the accessibility and transparency of public funding opportunities. Understanding the structure and contents of RFPs are critical for entities seeking government contracts or grants. Typically, such documents outline requirements, evaluation criteria, priority areas for funding, and submission guidelines, helping organizations align their proposals effectively with government expectations. Without decipherable content, further analysis or insights into possible specific programs or projects remain uncertain.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires the contractor to provide all necessary labor, materials, equipment, transportation, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and night vision capabilities. This procurement is crucial for enhancing security measures at the facility and is estimated to be valued between $25,000 and $100,000, with a due date for offers set for December 15, 2025, at 12:00 PM EDT. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details and are encouraged to schedule site visits to develop accurate quotes.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    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 entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    Tanker Truck Fuel Pick-up
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    Direct-View LED Video Wall for Auditorium with Sound System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is conducting market research for the procurement of two large-format direct-view LED (DvLED) video walls and an accompanying sound system for a new auditorium at its National Computer Forensics Institute training facility in Hoover, Alabama. The RFI seeks industry input on the technical feasibility of proposed solutions, including the Nanolumens Engage Series video walls and JBL SRX900 Series sound systems, as well as vendor capabilities, cost considerations, and regulatory compliance. This auditorium, designed to seat 250 individuals, is currently under construction and is expected to be completed by June 2027. Interested vendors should submit their responses by December 31, 2025, and can contact LorieAnne Kliewer or Matthew Sutton via email for further information.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.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.
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency located in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the FEMA National Radio System, ensuring effective communication during emergencies. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award going to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.