58--PURCHASE AND INSTALL SECURITY CAMERA AT SANTA MONI
ID: 140P8625Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 10:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide and install a new security camera system at the Santa Monica Mountains National Recreation Area (SAMO) in California. The project entails the installation of a dual-head 2MP panoramic camera, including necessary cabling, programming, and testing, to enhance security measures at public facilities. This initiative reflects the government's commitment to improving safety and operational efficiency through modern technology solutions. Interested contractors must submit their quotes by April 4, 2025, and are encouraged to conduct a site visit on March 31, 2025; for further inquiries, they can contact Michael Gabriel at Michael_Gabriel@nps.gov or by phone at 415-561-4790.

Point(s) of Contact
Gabriel, Michael
(415) 561-4790
(978) 318-7800
Michael_Gabriel@nps.gov
Files
Title
Posted
Apr 1, 2025, 5:04 PM UTC
The Request for Quotation (RFQ) 140P8625Q0020 outlines the purchase and installation of a digital security camera system at the Santa Monica Mountains National Recreation Area (SAMO) headquarters in Thousand Oaks, California. The project includes the installation of a dual-head 2MP panoramic camera with features like individual control of camera heads and advanced imaging technology for low light conditions. Additionally, it specifies obtaining necessary camera licensing, installing CAT6 cabling to connect to the IT server room, programming the system, and performing testing. Compliance with OSHA safety regulations is required, and contractors must provide liability documentation before entering the premises. This RFQ reflects the federal government's initiative to enhance security measures at public facilities, ensuring safety and operational efficiency through modern technology solutions.
Apr 1, 2025, 5:04 PM UTC
The document is a questionnaire template (RFQ - 140P8625Q0020) designed for offerors to showcase their past performance and relevant experience in relation to a federal project. It is structured in two main sections: Existing Commitments and Relevant Experience. Offerors must provide detailed information about prior projects completed within the last five years, including client contact details, project values, performance periods, and descriptions of requirements. Key aspects include the need to describe projects similar in scope to the current requirement, and to detail any unique challenges faced, along with the strategies employed for overcoming those challenges. The template also requests information regarding the contractor's largest completed contract in the past five years. This document aims to ensure that potential contractors demonstrate adequate experience and capability for the work proposed, thereby enabling a thorough evaluation of their qualifications as part of the federal procurement process.
Apr 1, 2025, 5:04 PM UTC
The document outlines the amendment of a solicitation for the purchase and installation of new security cameras at the Santa Monica Mountains National Recreational Area. The solicitation has been modified to clarify questions raised by potential contractors. Key details include the need for confirmation of device specifications for the Milestone XProtect Express software, approximate distances for cable installation, and integration requirements for existing infrastructure. Contractors are encouraged to conduct a site visit before the submission deadline of April 4, 2025. The project is exclusive to small businesses under the NAICS code 561621, which encompasses security alarm systems. A single firm-fixed-price contract will be awarded based on qualifications, technical capability, experience, and cost. The work must comply with safety regulations, including OSHA standards, and the contract period extends from April 14 to May 31, 2025. This solicitation reflects the government’s initiative to enhance security measures in public areas while engaging small business participation.
Apr 1, 2025, 5:04 PM UTC
The document is a Request for Quotation (RFQ) titled 140P8625Q0020, issued by the National Park Service for the purchase and installation of new security cameras at the Santa Monica Mountains National Recreation Area (SAMO), California. The RFQ emphasizes that it is a total small business set-aside and only small businesses may submit quotes. The deadline for submissions is April 4, 2025, with a site visit encouraged on March 31, 2025. Key requirements include the installation of a dual-head 2MP camera, along with the necessary programming, testing, delivery, and related services. Quotes should be sent to the designated Contract Specialist, Michael Gabriel. Evaluation criteria for bids include pricing, technical conformance to specifications, and past performance. The document also outlines compliance with safety and health plans according to federal and local regulations. The government's aim is to award a firm-fixed-price contract to the vendor offering the best value. This RFQ is structured to maintain transparency and fairness in the procurement process while ensuring compliance with relevant laws and standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
N--Integrated Video and Security Management System
Buyer not available
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
AXIS SECURITY SYSTEMS UPGRADE & INSTALL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the upgrade and installation of an AXIS Security System at Station Monterey, California. The project entails the installation of a comprehensive video surveillance system and enhanced entry control measures, including the setup of surveillance cameras, badge readers, and access control systems across several key buildings. This initiative is crucial for strengthening security measures at the facility, ensuring operational readiness and compliance with regulatory standards. Interested contractors should contact LT. Bryce Laster at Bryce.A.Laster@uscg.mil or (831) 647-7308, or Ryan H. King at ryan.h.king2@uscg.mil or 619-943-5942 for further details. The project is expected to commence within fourteen days of contract award and be completed within three weeks.
FAIR MARKET VALUE (FMV) ANALYSIS at PARAMOUNT RANC
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to conduct a Fair Market Value (FMV) rental analysis for a short-term leasing program at Paramount Ranch within the Santa Monica Mountains National Recreation Area (SAMO). The objective of this procurement is to optimize revenue generation following the ranch's reconstruction after the 2018 Woolsey Fire, requiring contractors to provide a comprehensive analysis that includes site evaluations and pricing recommendations based on comparable local properties. Proposals must be submitted electronically by May 2, 2025, with the contract expected to be awarded for a firm-fixed-price arrangement, covering performance from May 15, 2025, to July 31, 2025. Interested contractors can reach out to Michael Gabriel at MichaelGabriel@nps.gov for further inquiries and are encouraged to conduct a site visit between April 23-25, 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.
DORMITORY CCTV
Buyer not available
The Department of Defense, through the 49th Contracting Squadron at Holloman Air Force Base (AFB) in New Mexico, is soliciting proposals for the installation of a comprehensive Axis CCTV system across three dormitories and their associated parking lots. The project requires the provision, installation, and maintenance of a Digital Video Recording (DVR) system that ensures full coverage of common areas, utilizing standalone network video recorders (NVRs) and Point to Point technology for communication. This procurement is critical for enhancing security infrastructure at military installations, ensuring operational efficiency and continuity with existing systems. Interested small businesses 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.
S--Unarmed Security Guard Services at NCR
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Unarmed Security Guard Services in the National Capital Region, specifically at high-profile sites including the Washington Monument, Lincoln Memorial, Ford's Theater, White House Visitor's Center, and Wolf Trap. The procurement aims to secure a single Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, set aside for Indian Small Business Economic Enterprises (ISBEE), to ensure comprehensive security coverage and operational support at these significant national landmarks. The contract will span five years, with a base period of one year and four optional one-year extensions, emphasizing the importance of maintaining safety and security for visitors and staff at these iconic locations. Interested vendors must attend a mandatory site visit on April 3, 2025, and submit their proposals electronically by April 27, 2025, with an estimated maximum contract value of $14,265,000.
Camera Server Support
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Security Camera Server & Channel Service Support for the Tomah VA Medical Center in Wisconsin. The procurement aims to upgrade existing security camera systems, add new licenses, and ensure ongoing support for current installations over a five-year period. This initiative is part of the VA's efforts to enhance security measures while prioritizing engagement with Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their qualifications, business size, and capabilities via email to Tiffany Pevey by April 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible.
Purchase and installation of 4 stand-alone video surveillance systems.
Buyer not available
The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the purchase and installation of four stand-alone video surveillance systems (VSS) at its facility in Glynco, Georgia. The project involves the installation of Network Video Management Systems (NVMS), fixed cameras, client workstations, and other necessary equipment to ensure a fully functional surveillance capability, with all work to be completed within 60 days of receiving the Notice to Proceed. This procurement is critical for enhancing security measures at federal training facilities, and it is set aside for small businesses under the SBA guidelines. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Jimmy Dolloff at jimmy.dolloff@fletc.dhs.gov or by phone at 912-261-2863.
N063--NEW | CTX Camera Installation IDIQ
Buyer not available
The Department of Veterans Affairs is seeking proposals for the installation of a security camera system under the Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "N063--NEW | CTX Camera Installation IDIQ." This procurement specifically requires the use of American Dynamics Illustra components, including cameras and access control systems, to enhance security measures at Central Texas Veterans Health Care System facilities. The initiative is critical for maintaining safety and security for veterans, with a focus on compliance with federal, state, and local laws, and aims to streamline future purchasing processes. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by May 2, 2025, at 4:00 PM Central Time, and can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or 254-899-6034 for further inquiries.
Z--Fire and Intrusion Alarms Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarm Replacement project at the Dayton Aviation Heritage National Historic Site in Dayton, Ohio. The project involves the removal of existing fire and intrusion alarm systems from five buildings and the installation of new wireless systems, with work expected to commence in June/July 2025. This project is significant for enhancing safety and security at a historic site, and it is set aside 100% for Total Small Businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the official solicitation will be available in April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515.