Dorm Parking Lot CCTV Upgrade
ID: FA487724QA511Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Sep 10, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 17, 2024, 12:00 AM UTC
  3. 3
    Due Sep 23, 2024, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the upgrade of the CCTV system at Davis-Monthan Air Force Base dormitories in Tucson, Arizona. The project involves the installation and integration of approximately 77 new 4K HD cameras and 5 NVR systems across seven dorm parking lots, ensuring compatibility with the existing CCTV framework while adhering to safety and environmental compliance standards. This upgrade is crucial for enhancing surveillance capabilities and operational security at the base. Interested small businesses must submit their quotes by September 23, 2024, and can direct inquiries to Jonathan Turk at jonathan.turk@us.af.mil or Matthew Hackett at matthew.hackett.1@us.af.mil.

Files
Title
Posted
Sep 17, 2024, 9:18 PM UTC
The Performance Work Statement outlines the requirements for upgrading the CCTV system at Davis-Monthan AFB dormitories. The contractor must provide all necessary labor, materials, and supervision to install and integrate approximately 77 new 4K HD cameras and 5 NVR systems across seven dorm parking lots while ensuring compatibility with the existing CCTV framework. Specific tasks include securing permits, managing waste disposal, and delivering maintenance manuals upon project completion. Key responsibilities entail a detailed installation plan for the cameras, trenches, and utility connections, along with ensuring that all equipment is weather-resistant and capable of meeting the site’s environmental conditions. The contractor must maintain safety and environmental compliance, as well as ensure personnel meet security requirements, including identification badges and adherence to traffic laws. Emphasizing environmental protection, the contractor is responsible for managing hazardous materials in accordance with both federal and state regulations. The document further accentuates strict provisions on contractor personnel behavior, including restrictions on employment that conflict with government standards. This project reflects the Air Force's commitment to operational security and safety while enhancing surveillance capabilities at the base.
Sep 17, 2024, 9:18 PM UTC
The document presents a solicitation by the federal government detailing various clauses that contractors must adhere to when bidding on or fulfilling government contracts. It includes numerous clauses related to the compensation of former Department of Defense (DoD) officials, whistleblower rights, personnel management, and critical compliance specifications involving antiterrorism training, hazardous material disposal, and telecommunications equipment. The solicitation emphasizes adherence to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines across various parts of the government procurement process. Key topics include the requirements for the Buy American Act, export-controlled items, safety in military operations, and provisions relating to unique item identification for government supply chain integrity. The information is structured in a clear format listing clause titles, years of issuance, and sections, showcasing compliance protocols essential for businesses engaging in federal contracts. The overarching purpose is to ensure that potential contractors understand their obligations, fostering transparency and accountability in governmental procurement practices.
Sep 17, 2024, 9:18 PM UTC
The document contains a Q&A segment addressing various technical aspects of a government Request for Proposal (RFP) related to the installation of a surveillance camera system across multiple parking lots and buildings. A key issue highlighted is a discrepancy in the total camera count, affirming that a total of 77 cameras is needed based on the parking lot descriptions, contrasting with an earlier figure of 64. Vendors are invited to suggest improved design solutions. The RFP also opens the option for “equal or better” brand alternatives, specifies the existing voltages of light poles, and notes the presence of daylight sensors requiring bypassing. Furthermore, details about the current NVR and camera brands are provided, although there is uncertainty regarding available channels for existing NVRs in several buildings. The document aims to clarify requirements for integration with existing systems and the expected interfacing with current cameras, essential for potential bidders to understand the scope and specifications of the project. The primary objective is to ensure accurate bidding and adequate technical solutions from qualified vendors for the project requirements.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
21 LRS Security Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a new CCTV security system at Schriever Space Force Base in Colorado. This procurement aims to enhance the facility's security through the installation of high-resolution cameras with night vision capabilities, ensuring compliance with federal regulations and operational standards. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires vendors to submit technical proposals, estimated delivery timelines, and financial responsibility statements by April 15, 2025, at 12:00 PM MDT. Interested parties can reach out to SSgt Joshua Stone at joshua.stone.23@spaceforce.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil for further inquiries.
CCTV Products
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the purchase and installation of CCTV products at Fort Novosel military base in Alabama. This procurement is a firm-fixed price contract set aside 100% for small business concerns under NAICS code 423410, requiring the selected contractor to provide a one-year warranty and maintain a 60-minute response time for service calls during and after the warranty period. The installation of the surveillance system is critical for enhancing security measures at military installations, ensuring operational readiness and rapid response capabilities. 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.
70RFPW25QW9000007 VSS TUCSON CAMERA ADDITION
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of additional IP cameras at the VSS Tucson Federal Officer Building located at 300 West Congress Street, Tucson, Arizona. This procurement is designated as a 100% small business set-aside and will be awarded under a firm-fixed price contract, adhering to the NAICS code 561621, which encompasses Security Systems Services. The initiative aims to enhance security infrastructure within federal facilities, reflecting the government's commitment to improving surveillance capabilities in response to evolving security challenges. Interested contractors must be registered with the System for Award Management (SAM) prior to contract award, and the Request for Quotation (RFQ) is expected to be posted on SAM.gov around March 25, 2025. For inquiries, potential offerors can contact Contract Specialist Cedric Bedgood at cedric.bedgood@fps.dhs.gov or by phone at 253-532-0365.
FY25 Redundant Fiber Optic Cable & Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the installation of redundant fiber optic cable at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the installation of 72 strands of Single Mode fiber optic cable from building 88 to building 306, including the removal of existing cabling and necessary conduit installation, with a focus on enhancing network connectivity for Air Force facilities. This procurement is set aside for Historically Underutilized Business (HUBZone) contractors, with a firm-fixed price purchase order anticipated, and interested parties must submit their quotes by April 17, 2025, following a site visit scheduled for March 26, 2025. For further inquiries, potential bidders can contact Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
Davis-Monthan Emergency Vehicle Lightbar and Siren Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of emergency vehicle lightbars and sirens at Davis-Monthan Air Force Base in Tucson, Arizona. This procurement aims to enhance the emergency response capabilities of six fleet vehicles by ensuring the installation meets specified performance criteria, including the use of LED technology and compliance with safety and environmental regulations. The selected contractor will be responsible for on-site installation, adhering to manufacturer standards, and ensuring minimal disruption to operations, with a firm-fixed price purchase order to be awarded based on the lowest price and technical acceptability. Interested parties must submit their quotes by April 11, 2025, and direct any inquiries to Andrew Johnson at andrew.johnson.162@us.af.mil or Joshua Miao at joshua.miao.1@us.af.mil.
WSA JA COURTROOM AV UPGRADES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the WSA JA Courtroom AV Upgrades at Altus Air Force Base, Oklahoma. The project aims to enhance courtroom technology by upgrading audio-visual and networking systems to meet the standards set by the Federal Court System, facilitating better evidence presentation and remote participation. This initiative is crucial for modernizing courtroom operations, improving efficiency, and ensuring secure and user-friendly technology for legal processes. Interested small businesses must submit their proposals by April 11, 2025, and direct any questions to Lauren Coleman at lauren.coleman.4@us.af.mil or Kevin Pillow at kevin.pillow@us.af.mil by March 28, 2025. Please note that funding is currently unavailable, and the government reserves the right to cancel the solicitation at any time.
Commercial Data Center RFI
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) regarding the potential leasing of up to 620 acres at Davis-Monthan Air Force Base in Tucson, Arizona, for the establishment of a large-scale commercial data center. The objective is to assess interest in technologies that enhance energy reliability and resilience, including onsite energy generation, battery storage, and microgrid capabilities, with a focus on ensuring the facility can operate independently from the utility grid for extended periods. This initiative aligns with national defense and energy objectives, emphasizing the importance of sustainable energy solutions. Interested parties must submit their responses to Stephen Cassidy at STEPHEN.CASSIDY@US.AF.MIL by April 24, 2025, with submissions limited to eight pages in Microsoft Word or PDF format.
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
Camera System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a camera system through a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses under the SBA guidelines and falls within the NAICS code 334310, which pertains to Audio and Video Equipment Manufacturing. The camera system is essential for various military applications, enhancing operational capabilities in video recording and reproducing. Interested vendors can reach out to Karen Zahn at karen.l.zahn.civ@army.mil or call 928-328-2008 for further details regarding the submission process and any inquiries related to the opportunity.
CAC Badge Reader and Camera Upgrade
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting bids for the installation and upgrade of badge readers and internal cameras as part of the NACABS-CU project in Orlando, Florida. This procurement involves the installation of government-furnished badge readers, reprogramming of LENEL panels, and the replacement of outdated internal cameras, with a focus on enhancing security infrastructure to accommodate Common Access Cards and PIVs. The project is critical for modernizing access control systems across various facilities, ensuring compliance with government standards, and improving overall security measures. Interested contractors must submit their quotes by April 25, 2025, with a contract award anticipated by May 12, 2025, and all work to be completed by September 15, 2025. For inquiries, contact Madeline R. Jackson at madeline.r.jackson@us.navy.mil or Tony Pham at chi.t.pham@navy.mil.