CCTV Products
ID: W9124G25XCCTVType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT NOVOSELFORT NOVOSEL, AL, 36362-5000, USA

NAICS

Photographic Equipment and Supplies Merchant Wholesalers (423410)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide and install a CCTV surveillance system at Fort Novosel military base in Alabama. The procurement involves a firm-fixed price contract for a one-time purchase of CCTV products, which must be operational prior to acceptance, and includes a one-year warranty along with a commitment to a 60-minute response time for service calls during and after the warranty period. This initiative underscores the government's focus on enhancing security measures at military installations while ensuring efficient service delivery through structured contracts. Interested vendors must submit their quotes by 12:00 PM Central Daylight Time on April 24, 2025, and direct any questions to Jolene A. Granger at jolene.a.granger.civ@army.mil by April 16, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for a CCTV surveillance system intended for Fort Novosel military base in Alabama. It specifies an inventory of indoor and outdoor equipment, including various models of HANWHA cameras, network switches, and necessary installation materials. Key requirements include a one-year warranty, a 60-minute response time for service calls, adherence to FAR 52.204-25 regarding telecommunications and video services, and the necessity for the surveillance system to be operational before acceptance. The data emphasizes both the technical specifications of the equipment and the standards expected from the service provider, reflecting the stringent compliance and service delivery criteria typical of government RFPs. The document's structure consists of an inventory list followed by detailed conditions and expectations ensuring effective support and maintenance capabilities throughout the product's lifecycle.
    The document outlines the specifications and requirements for a surveillance system installation at Fort Novosel military base in Alabama. It includes a detailed list of equipment for both indoor and outdoor installations, highlighting essential components such as cameras, network switches, and supporting materials. Key requirements mandate that the contracting company provide a one-year warranty with a 60-minute response time for service calls during and post-warranty. The installation must be complete and operational before acceptance by the customer. This request for proposal (RFP) emphasizes maintaining stringent service standards, particularly concerning rapid response to maintenance needs, showcasing the federal government's commitment to enhanced security measures at military installations while ensuring efficient service delivery through structured contracts.
    This document outlines a Request for Quote (RFQ) from Fort Novosel, AL, for the purchase and installation of a CCTV surveillance system, designated as a 100% Small Business Set Aside, under NAICS Code 423410. The contract is structured as a firm-fixed price (FFP), requiring bidders to provide a one-year warranty and a 60-minute service response time for maintenance during and beyond the warranty period. Proposals must be submitted by 12:00 PM CDT on April 24, 2025, and should include the best and final offer without discussions, as the government plans to apply the Lowest Price Technically Acceptable (LPTA) evaluation method. The document also includes detailed contract clauses and provisions from the Federal Acquisition Regulation (FAR) that govern various aspects of the agreement, such as anti-kickback procedures, small business participation, and specific compliance requirements for vendors. The outlined requirements and stipulations are crucial for ensuring quality service and adherence to regulations while supporting small businesses in federal contracting.
    The document outlines the dimensions of a building, specifically its exterior and interior spaces. The exterior measures approximately 25,000 square feet, while the interior is about 10,000 square feet. This information is likely part of a larger proposal or request for proposals (RFP) related to the acquisition, renovation, or usage of the structure. The dimensions provided suggest a focus on planning for construction or modification projects, which may require adherence to certain federal and state regulations regarding space utilization and design. Understanding the scale of the structure is essential for potential bidders or stakeholders involved in related RFPs or grants, enabling informed decisions regarding project feasibility and resource allocation. This succinct breakdown of the building's specifications is a crucial element in assessing its suitability for future use in government-related initiatives or funding opportunities.
    This document outlines the requirements and details surrounding a federal Request for Proposal (RFP) related to the installation of a HANWA 8K Network Video Recorder (NVR) with a 48TB Hard Drive as a primary video management system at Fort Novosel, Alabama. The system will be standalone with no remote internet access, requiring a 60-minute on-site response time for maintenance and support, applicable 24/7. Although the warranty covers parts only, support post-warranty is still subject to the response commitment. Site drawings are available, but a physical site visit will not be accommodated. The indoor ceiling height is 10 feet while the exterior height is between 25-30 feet, with the required CAT cable length determined by the building's coverage of 10,000 square feet interior and 25,000 square feet exterior. Quotes must be emailed to designated contract specialists, and there is no technical statement required for this quote-based process. Additionally, expenses for lodging and food for personnel will not be reimbursed by the government. This RFP represents a new requirement, indicating no incumbent contractors currently perform these services.
    Lifecycle
    Title
    Type
    CCTV Products
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command at Anniston Army Depot is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). The procurement focuses on acquiring advanced technologies and services, particularly in areas such as automation, advanced manufacturing, and cybersecurity, to enhance the Army's operational capabilities and efficiency. This initiative is critical for maintaining military readiness and ensuring the Army's technological superiority in defense operations. Interested contractors must submit proposals by July 10, 2025, for the Automatic Storage and Retrieval System (ASRS) and by August 6, 2025, for the Oil Test Stand, with site visits scheduled for June 25 and July 15, 2025, respectively. For further inquiries, potential bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or Diana Ponder at diana.m.pritchettponder.civ@army.mil.
    Cable Assembly, SPEC
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a Firm Fixed Price contract to procure 10 units of Cable Assembly, SPEC (NSN: 6150-01-605-2266, Part Number: 13646597). This solicitation has transitioned from a 100% Small Business Set-Aside to a Full and Open competition, reflecting the importance of these cable assemblies in supporting military operations and equipment. Contractors are required to adhere to stringent quality standards, including compliance with ANSI/J-STD-001 Class 3 for soldering and the implementation of a Lead Free Control Plan, among other provisions outlined in the attached documents. Proposals must be submitted electronically by January 5, 2026, to Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil, with the solicitation documents available for review to ensure compliance with all requirements.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    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.
    CABLE ASSEMBLY, RADI
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a firm-fixed-price contract to manufacture 10 units of "CABLE ASSEMBLY, RADI" (NSN: 5995-01-618-5033, Part Number: 13646605-4). This procurement has transitioned from a 100% small business set-aside to a full and open competition, requiring Production Lot Testing (PLT) for all units, with a completion period of 60 days; Contractor First Article Testing (FAT) is not required, although waivers may be considered. The goods are critical for communication equipment applications within military operations, and proposals must be submitted via email to Tamela D. Riggs-Holman by January 7, 2026, following the issuance of the solicitation on November 25, 2025.
    Night Vision Devices (NVD) - AN/PVS-14
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Communications-Electronics Command (CECOM), is seeking proposals for the procurement of commercial equivalent AN/PVS-14 Night Vision Devices (NVD), along with an Extended Warranty, Accessories, Test Sets, and Tool Sets. This requirement is crucial for supporting Foreign Military Sales (FMS) to Lithuania and falls under the category of night vision equipment, which is vital for enhancing operational capabilities in various military applications. The solicitation, identified as W91CRB-26-R-5002, is expected to be released on or about December 18, 2025, and will be set aside for small businesses, with the contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties should direct inquiries to Rem D. Ngo at Rem.D.Ngo.civ@army.mil and monitor SAM.gov for updates and additional documents related to the solicitation.