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
    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
    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.
    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.
    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.
    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
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and 24/7 technical support, in compliance with DHS directives. This procurement is particularly significant as it aims to enhance security measures at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses, especially Women-Owned and Economically Disadvantaged Women-Owned Small Businesses, must submit their quotes by December 15, 2025, and can contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further information.
    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.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    CCTV Installation
    State, Department Of
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.