Camera Replacements JBSA Camp Bullis, TX
ID: FA301625Q0156Type: Combined Synopsis/Solicitation
AwardedJul 28, 2025
$46.6K$46,616
AwardeeANALYTIC CONSULTING SERVICES LLC San Antonio TX 78252 USA
Award #:FA301625P0190
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement of camera systems in Buildings 5423 and 5424 at Joint Base San Antonio (JBSA) Camp Bullis, Texas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the installation of new surveillance equipment, including fixed lens dome cameras and access control systems, to enhance facility security. The project emphasizes compliance with the Statement of Work (SOW) and requires contractors to attend a mandatory site visit on June 17, 2025, with quotes due by July 1, 2025. Interested vendors can reach out to Parie D Reynolds at parie.reynolds@us.af.mil or call 210-671-1777 for further details.

    Files
    Title
    Posted
    This document outlines a Request for Quote (RFQ) for the replacement of camera systems in Buildings 5423 and 5424 at Joint Base San Antonio (JBSA) Camp Bullis, Texas. The RFQ, identified by solicitation number FA301625Q0156, is specifically set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The contractor must adhere to the provisions and clauses in the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Supplement (DFARS) changes as of January 2025. Key requirements include the submission of a compliant quote within 90 days, attendance at a mandatory site visit, and electronic invoicing capability. Proposals will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) standard, with a focus on technical acceptability and best value. The deliverables involve various camera equipment and related services, with all installations based on a provided Statement of Work (SOW). The timeline specifies a site visit scheduled for June 17, 2025, with quotes due by July 1, 2025. Precise documentation and registration with the System for Award Management (SAM) are mandatory for eligibility. Overall, the RFQ aims to enhance facility security through updated surveillance technology while encouraging participation from veteran-owned businesses.
    The document outlines the Statement of Work (SOW) for the replacement of security camera and access control systems in Buildings 5423 and 5424 at JBSA Camp Bullis, TX. The contractor is tasked with removing existing security equipment, including 17 dome cameras and various technical components, and installing new systems that provide real-time video feeds and improved access control. The installation includes a comprehensive set of specific requirements detailing camera placements, specifications for new surveillance equipment, and updates to related technology like server racks and power supply systems. Additionally, the contractor must ensure a clean and safe work environment, removing all debris and providing training on the new systems to government personnel. Work is scheduled during weekdays, excluding federal holidays, with an emphasis on warranty and compliance with operational standards. This project demonstrates the government's ongoing effort to enhance security infrastructure through detailed project specifications and managerial oversight.
    The document outlines the details of security and access control enhancements at Building 5424 and associated facilities at Camp Bullis, San Antonio, TX. Key components include the installation of video surveillance systems, specifically new and replacement cameras, integrated with the armory's existing infrastructure. Access control measures are emphasized with the installation of multiple keypad readers and access control panels at various entry points, including the armory issue and turn-in windows, as well as office doors. The document suggests a systematic organization of access points to enhance security and streamline operations within the facility. Overall, this initiative demonstrates a focused effort to bolster facility safety and operational efficiency, addressing essential security needs in government infrastructure.
    The document pertains to the Request for Proposal (RFP) FA301625Q0156 issued by JBSA-Lackland for replacing cameras in Buildings 5423 and 5424 at Camp Bullis. A series of questions and answers provide essential clarifications regarding project requirements. Key points include the installation of new CAT5 cables and cameras, remote control capabilities for door locks, and the provision of two distinct systems: one for access control and another for video surveillance. Notably, all new equipment should meet or exceed specified standards, and any modifications, including drilling for cable installation, are approved by the 502 Civil Engineering Squadron. The importance of adhering to the Statement of Work (SOW) is emphasized, particularly regarding cable types and the installation of intercoms and monitors. Overall, the responses illustrate the contractor's operational scope, necessary equipment configurations, and detailed technical stipulations while affirming the requirement to maintain conformity with the existing systems and standards. This document highlights clear communication between the government and potential contractors, guiding them through the project's technical framework and compliance expectations.
    The document FA301625Q0156 is a Request for Quote (RFQ) for the replacement of camera systems in Buildings 5423 and 5424 at Joint Base San Antonio (JBSA), Camp Bullis, Texas. It is specifically set aside for Service Disabled Veteran Owned Small Business (SDVOSB) participants, adhering to federal acquisition guidelines under FAR and DFARS. Interested vendors must submit their quotes electronically by July 1, 2025, and attend a mandatory site visit on June 17, 2025, to be eligible for consideration. The RFQ covers detailed specifications for the camera systems, including fixed lens dome cameras, surge protectors, a network video recorder, and associated equipment, all to meet the criteria outlined in the Statement of Work. The procurement will utilize a firm-fixed-price contract based on a Lowest Priced, Technically Acceptable (LPTA) approach to selection. Vendors are encouraged to provide their best prices initially, as the government intends to evaluate quotes without further discussion. The document includes requirements for product specifications, mandatory SAM registrations, and instructions for electronic invoicing through the Wide Area Workflow (WAWF) system, summarizing essential submission protocols and compliance guidelines for prospective contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    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.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    J059--Chapel Video Feed Upgrades Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the Chapel Video Feed Upgrades at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE camera and the integration of its audio/video feed into the facility's existing digital cable broadcast system, requiring the installation of fiber optic cable and network equipment between the chapel and the server room. This upgrade is crucial for enhancing the chapel's broadcast capabilities, ensuring high-quality video feeds for services. Interested contractors must submit their proposals by December 18, 2025, at 12 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    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.
    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.
    CAMERA,TELEVISION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of television cameras under the solicitation titled "CAMERA, TELEVISION." The contract will require compliance with various quality standards, including ISO 9001 or higher, and will involve the delivery of 20 units within a specified timeframe of 365 days. These cameras are critical for airborne radio and television communication, supporting military operations and enhancing situational awareness. Interested vendors can reach out to Sean Geiger at 215-737-6825 or via email at SEAN.GEIGER@DLA.MIL for further details and to submit proposals.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.