Security Cameras
ID: RFP-370897-GMGType: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFFERMILAB - DOE CONTRACTORBatavia, IL, 60510, USA

NAICS

Photographic Equipment and Supplies Merchant Wholesalers (423410)

PSC

CAMERAS, MOTION PICTURE (6710)
Timeline
    Description

    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking firm-fixed price proposals for the procurement of security cameras, specifically various Axis brand network cameras and related assemblies. The primary objective is to acquire hardware only, as clarified in Amendment No. 1 to the solicitation, which specifies that installation and security software are not required. These advanced surveillance cameras are essential for enhancing security and situational awareness at Fermilab, meeting stringent federal standards for safety and cybersecurity. Proposals are due by close of business on August 12, 2025, and interested vendors should direct inquiries to Grace Gomez at ggomez@fnal.gov.

    Point(s) of Contact
    Grace Gomez
    ggomez@fnal.gov
    Files
    Title
    Posted
    Fermi National Accelerator Laboratory (Fermilab) has issued Request for Proposal (RFP) #370897-GMG, seeking firm-fixed price proposals for various assemblies, primarily Axis brand network cameras, mounts, and midspans. This RFP, managed by Fermi Forward Discovery Group, LLC (FFDG) for the U.S. Department of Energy, is not a purchase order. Proposals are due by COB August 12, 2025, with questions to be submitted by COB August 5, 2025. Award will be based on a best-value source selection, prioritizing the lowest price among technically acceptable offers. Required submission documents include a completed RFP page, SARC Form, and PUR-466 Form. All freight charges must be included in the quotation, with delivery terms F.O.B. Fermilab. The solicitation specifies that materials, supplies, or services resulting from this quote are for work done under Prime Contract No. DE-AC02-07CH11359. Contractual questions should be directed to Grace Gomez, Procurement Specialist I.
    Fermi National Accelerator Laboratory (Fermilab) has issued a Request for Proposal (RFP) #370897-GMG to solicit firm-fixed price proposals for various equipment required for their operations. The items specified include different AXIS network cameras, power supplies, and mounting equipment, with details regarding quantity and specifications outlined. Proposals must be submitted by August 12, 2025, with all freight charges included in the quotations. Interested suppliers are required to submit a completed RFP page along with two forms: SARC and PUR-466. The award process is based on a best value approach, emphasizing the lowest priced technically acceptable offer. Deadline for questions regarding the proposal is August 5, 2025. The procurement is under prime contract no. DE AC02 07CH11359 with the U.S. Department of Energy. The RFP aims to ensure competitive pricing and compliance with procurement procedures, reflecting Fermilab’s accountability and commitment to federal guidelines.
    The provided documents detail several Axis Communications camera models, including the AXIS Q8752-E Mk II Bispectral PTZ Camera, AXIS M1075-L Box Camera, AXIS P3268-LVE Dome Camera, AXIS P3827-PVE Panoramic Camera, and AXIS Q6020-E Panoramic Camera. These datasheets highlight key features such as thermal and visual imaging, 360° pan, deep learning analytics for object detection and classification, built-in cybersecurity with Axis Edge Vault, and various image enhancement technologies like Lightfinder, Forensic WDR, and Zipstream. The cameras offer robust environmental ratings (IP66, IK10, NEMA 4X) and compliance with numerous safety, EMC, and cybersecurity standards, including TAA compliance for some models. They support extensive network protocols and integration with video management systems, making them suitable for federal, state, and local government applications requiring advanced surveillance, security, and situational awareness.
    The document outlines specifications for several Axis camera models, including the AXIS Q8752-E Mk II Bispectral PTZ Camera, AXIS M1075-L Box Camera, AXIS P3268-LVE Dome Camera, AXIS P3827-PVE Panoramic Camera, and AXIS Q6020-E Panoramic Camera. Key features include advanced imaging technologies, such as dual thermal and visual detection, high video resolutions (up to 4K), and support for AI-based analytics. The cameras are equipped with functionalities like electronic image stabilization, WDR for enhanced detail in varying light conditions, and integrated cybersecurity measures to mitigate unauthorized access. The models are designed for various installations, including outdoor and low-light environments, with robust IP66 ratings for durability. Additionally, they support open API for software integration, multiple video streaming options, and various accessibility features for improved usability. The summary emphasizes Axis Communication's commitment to high-quality surveillance technology that meets rigorous safety, environmental, and regulatory standards, highlighting potential applications in federal and local government security systems.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions (01/2025) outlines the contractual framework for commercial product and service subcontracts with FFDG, which operates the Fermi National Accelerator Laboratory under a Department of Energy (DOE) Prime Contract. This document defines key terms, specifies the scope of work, and establishes the subcontractor's independent contractor status. It details provisions for payment, inspection, licenses, changes, indemnification, warranties (including for energy-consuming and IT products), and liability limitations. The document also addresses excusable delays, termination, dispute resolution, applicable law (Illinois), information release, and site access, particularly for foreign nationals. Compliance with environmental, safety, and health (ES&H) requirements is mandatory, with FFDG reserving the right to issue stop-work orders for non-compliance. The terms incorporate various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, with specific applicability thresholds for subcontract value and work type, emphasizing government flow-down provisions.
    The Fermi Forward Discovery Group, LLC's General Terms and Conditions document outlines the legal and operational framework for commercial products or services subcontracted under its Prime Contract with the U.S. Department of Energy. Key provisions include definitions of roles and responsibilities, scope of subcontracting, performance standards, payment procedures, and compliance with federal regulations. It emphasizes the independent contractor status of subcontractors, requirements for licenses and permits, and stipulations on making changes to the subcontract. The document mandates indemnification for liability, warranty terms, and procedures for handling suspect or counterfeit parts. It also details dispute resolution mechanisms and ensures adherence to applicable laws at federal, state, and local levels, specifically underscoring safety and environmental protection protocols. The document serves as a detailed guide for subcontractors on the expectations and compliance obligations necessary to fulfill their roles within federally funded projects, reflecting the structured and regulated nature of government contracts.
    The Fermi Forward Discovery Group, LLC's Subcontractor Annual Representations & Certifications (SARC) form is a critical document for compliance with U.S. Government contract requirements. It requires subcontractors to provide detailed business information, including ownership, operational structure, and size classifications (e.g., Large, Small, Foreign Business, and various diversity categories like Small Disadvantaged, Woman-Owned, or Veteran-Owned). The form also mandates disclosure of executive compensation under specific federal revenue thresholds. Additionally, it assesses the offeror's accounting system, responsibility, and compliance with employment eligibility verification (E-Verify) and U.S. export/import control laws. Affirmative action and equal opportunity certifications are required, along with limitations on pass-through charges for cost-reimbursement subcontracts. The document emphasizes the subcontractor's commitment to adhering to all stated regulations and promptly reporting any changes in status.
    The document is a Subcontractor Annual Representations & Certifications (SARC) form utilized by Fermi Forward Discovery Group, LLC, aimed at gathering essential information from subcontractors seeking to engage in U.S. government contracts. It requires details such as the Offeror's business structure, ownership, registration status in SAM.gov, and executive compensation disclosures. The form categorizes businesses based on size and ownership, and includes compliance agreements with federal regulations, specifically concerning export and import control laws, as well as employment eligibility verification. Key sections require the Offeror to certify their business status (whether small, disadvantaged, or veteran-owned), and confirm the adequacy of their accounting systems, ensuring adherence to ethical business practices. Additionally, the form stresses the need for compliance with affirmative action policies and outlines limitations on subcontracting expenses in federal contracts. Upon completion, the document must be signed by a company representative, confirming the accuracy of the information and the Offeror's commitment to adhering to government contracting requirements. This structured certification process is crucial for maintaining integrity and accountability within federal procurement activities.
    The Fermi Forward Discovery Group, LLC (FFDG) 'Proposal Certifications' document (PUR-466, Revision 2, dated 06/03/2025) outlines mandatory certifications for offerors submitting proposals. For proposals valued at or exceeding $10,000, Certifications #1 are required, covering export/import control, including U.S. Munitions List and Commerce Control List items, and adherence to the 'Buy American – Construction Materials' clause (FAR 52.225-9). This section defines key terms like 'domestic construction material' and sets criteria for domestic preference, outlining exceptions and procedures for requesting foreign material use. For proposals at or above $150,000, Certifications #2 are necessary, including independent price determination (FAR 52.203-2), disclosure regarding payments to influence federal transactions (FAR 52.203-11), and responsibility matters (FAR 52.209-5). Additionally, offers must address employment reports on veterans (FAR 52.222-37) and anti-kickback procedures (FAR 52.203-7). Proposals exceeding $550,000 require Certifications #3, focusing on combating trafficking in persons (FAR 52.222-50 and 52.222-56). The document also includes provisions for patent rights and data rights, emphasizing government access to technical proposal data. Offerors must sign to certify compliance, acknowledging the legal implications of false statements.
    The document outlines the proposal certifications required for bidders submitting offers to the Fermi Forward Discovery Group, LLC (FFDG) for contracts equal to or exceeding $10,000. It details specific certifications concerning export compliance, buy American requirements, and rights to data, tailored to different proposal thresholds ($10,000, $150,000, and $550,000). Offerors must provide pertinent contact information, declare whether the items offered involve military or dual-use items, and ensure compliance with the Buy American clause for construction materials. Essential definitions related to construction materials and exemptions are also provided. Additional certifications involve independent price determination, anti-kickback compliance, and responsibilities regarding lobbying, tax matters, and debarment status. The document requires verification of compliance through signatures by authorized company officials. This certification process is pivotal for ensuring responsible sourcing, pricing integrity, and compliance with federal regulations in public contracting, reinforcing the importance of transparency and accountability in government-related proposals.
    Amendment No. 1 to Solicitation RFP-370897-GMG, issued on August 6, 2025, for the "Security Cameras" project, clarifies that only hardware is needed, not installation or security software. This amendment responds to bidder questions, with all other terms and conditions of the original solicitation remaining unchanged. The opening date for bids is August 12, 2025. The amendment was issued by Graciela Gomez, Procurement Specialist I, from Fermi National Accelerator Laboratory.
    Lifecycle
    Title
    Type
    Security Cameras
    Currently viewing
    Solicitation
    Similar Opportunities
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    Sources Sought Notice for two (2) CMOS Cameras
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking potential sources for two scientific CMOS cameras through a sources sought notice (NIST-SS26-CHIPS-24). These cameras are integral to the Digital Twins for Atomic Layer Deposition Processes Project, aimed at developing and validating digital twin models for atomic layer deposition processes by enabling high-sensitivity and high-speed absorption tomographic measurements. Key technical specifications include a back-illuminated scientific CMOS sensor, high quantum efficiency, global shutter capability, and a minimum frame readout rate of 100 frames per second. Interested vendors should submit their responses, including company information and product details, by December 15, 2025, to Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov, with submissions not exceeding 20 pages.
    Sources Sought Notice for Coupled Device Detector Camera System
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from qualified vendors regarding a Coupled Device Detector Camera System through a sources sought notice (NIST-SS26-CHIPS-25). This procurement aims to support the CHIPS RF Waveform and Rapid Frequency Comb Diagnostics for Plasma Etching Project, which focuses on enhancing plasma etching efficiencies via in situ optical diagnostics. The required system includes an intensified electron multiplication charge coupled device (IEMCCD) camera with specific technical specifications, including ultra-low noise, high gain, and fast optical emission spectroscopy capabilities. Interested parties should provide detailed company information, product specifications, and performance capabilities, and may contact Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov for further inquiries.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires the contractor to provide all necessary labor, materials, equipment, transportation, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and night vision capabilities. This procurement is crucial for enhancing security measures at the facility and is estimated to be valued between $25,000 and $100,000, with a due date for offers set for December 15, 2025, at 12:00 PM EDT. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details and are encouraged to schedule site visits to develop accurate quotes.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    Camera, Infrared, Industrial/ DUN (WSDC) CONSOL PSE; PR: 7013332827 NSN: 6635-017176286
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of an Infrared Industrial Camera, with the associated National Stock Number (NSN) 6635-017176286. The agency seeks to gather capability statements from interested parties that can provide all necessary labor, materials, and equipment for the manufacture of this item, which includes aspects such as inspection, testing, and logistics management. This procurement is crucial for ensuring the availability of reliable imaging technology for defense applications. Interested vendors must submit their responses by 3:00 PM EST on December 8, 2025, to Melinda Johnson at Melinda.Johnson@dla.mil, as this opportunity is purely for informational purposes and does not constitute a formal solicitation.