20SF IDS and Camera Upgrade
ID: FA480325R0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "20SF IDS and Camera Upgrade" project at Shaw Air Force Base in South Carolina. The project aims to replace and upgrade the existing security camera systems and intrusion detection systems within the 20th Security Forces Squadron, including the installation of 15 interior and 10 exterior Closed-Circuit Television (CCTV) cameras, as well as enhancements to access control systems. This initiative is crucial for maintaining operational security and ensuring compliance with Department of Defense regulations, as the upgraded systems will provide enhanced monitoring capabilities and integrate with existing security infrastructure. Interested contractors must submit their proposals by June 18, 2025, and can direct inquiries to Mar Rodriguez at maria_del_mar.rodriguez_martinez@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for upgrading security systems for the 20th Security Forces Squadron at Shaw Air Force Base, South Carolina. The project includes replacing and integrating 25 cameras into the existing Integrated Base Defense Security System (IBDSS), ensuring visual security monitoring and recording capabilities. Additionally, the upgrade covers access control systems around the Security Forces Building and the replacement of intrusion detection system (IDS) components in various armories, complying with Department of Defense regulations. Contractors are required to procure approved equipment, maintain rigorous safety standards, and manage potential hazards while ensuring coordination with base engineering and communication teams. The estimated project duration is 90 days from contract award, subject to change based on parts availability. Security measures for contractor personnel, including background checks and training, are mandated to protect sensitive areas and ensure compliance with Air Force regulations. The document underscores the emphasis on high-quality workmanship, adherence to safety protocols, and collaboration with other contractors during execution, reflecting the military's commitment to maintaining operational security infrastructure.
    The 20 Security Forces Squadron (SFS) at Shaw AFB, SC is seeking proposals for upgrading its security system by installing a Honeywell Vindicator Intrusion Detection System (IDS) and Closed-Circuit Television (CCTV) Cameras. The project involves replacing existing equipment at buildings 825, 1843, 1895, and the Commercial Vehicle Inspection Area (CVIA). The anticipated performance period is six months, which includes the procurement of materials. The contractor must ensure compliance with Department of Defense regulations and integrate the new systems with the existing security infrastructure at the Base Defense Operations Center (BDOC). Key project objectives include installing 15 IP interior and 10 IP PTZ exterior cameras at specified locations, along with additional video management system client workstations. The CCTV footage must be stored for a minimum of 30 days and will be accessible on monitors in designated buildings. The contractor is also tasked with protecting the cabling for the IDS and ensuring smooth integration with current security equipment. A Statement of Work (SOW) detailing these requirements must accompany the contractor's proposal. This initiative emphasizes the U.S. government's commitment to enhancing security measures at military installations while adhering to strict regulatory standards.
    The Statement of Work (SOW) outlines the requirements for upgrading security systems at the 20 Security Forces Squadron, Shaw AFB, South Carolina, focusing on the installation of new surveillance cameras and access control systems. The project involves replacing existing cameras with specified IP models, integrating these into the current V100 Integrated Base Defense System (IBDSS), and enhancing the Intrusion Detection Systems (IDS) at designated armories. Key objectives include ensuring reliable alarm responses, maintaining compliance with Department of Defense regulations, and facilitating secure network integration. The contractor is expected to manage the installation process, adhering to applicable electrical codes and collaborating with relevant Air Force squadrons for utility support. Security protocols require contractors to provide personnel with proper training and identification, maintain security clearances, and adhere to stringent safeguarding of government property. The project must be completed within an estimated 90-day timeframe post-award, aligned with the necessary performance and safety standards, while ensuring minimal disruption during installation. Through these upgrades, the SOW aims to enhance the overall security infrastructure of Shaw AFB in compliance with established military regulations.
    The document pertains to a request for guest visitor passes to Shaw Air Force Base, submitted to the 20th Fighter Wing's Security Forces. It outlines procedures for granting access to non-work-affiliated individuals, emphasizing the necessity for prior arrangements, identification compliance under the Real ID Act, and responsibilities of the sponsor. The request must be made at least seven duty days before the required access date, with certain identification details (including birth dates and Social Security Numbers) to be provided for background checks. Passes can last up to 30 days, extendable up to six months with proper sponsorship, while providing clear directions on the process of acquiring passes both during business hours and after hours. The document serves to ensure security measures are adhered to when allowing visitors onto military installations, signifying its importance in maintaining operational security and compliance with regulatory mandates. All information collected is protected under the Privacy Act and serves its purpose exclusively for processing access requests.
    The solicitation FA480325R0020 outlines a federal request for proposals regarding the upgrade of the Intrusion Detection System (IDS) and camera system at the 20 SFS Armory. Key points include the unavailability of scaled drawings, which impacts planning and estimating the amount of new cabling required. It specifies that all existing wiring must be replaced, and recommends using proprietary equipment compatible with the Vindicator system. Backup batteries are mandated, although an Uninterruptable Power Supply (UPS) is not required. Working hours are defined, with certain buildings accessible only during regular duty hours and others 24/7. All new wiring must adhere to specific cabling standards (CAT 5/6), and existing camera specifications are irrelevant as they will be replaced. The document clarifies that no progress payments are allowed, reflecting its non-construction project status. It includes responses to contractor inquiries about technical and logistical concerns, emphasizing the need for certified personnel familiar with the proprietary systems. This document serves to address essential contractor questions and guides them in understanding project requirements, constraints, and overall expectations connected to the RFP process.
    The document discusses an amendment to the Request for Proposal (RFP) solicitation FA480325R0020 regarding upgrades to the Integrated Defense System (IDS) and camera systems at the 20th Security Forces Squadron. It addresses contractor questions about the scope of work (SOW) and clarifies which Contract Line Item Numbers (CLINs) certain tasks should be included in. Notably, it confirms that access control around the Security Forces Building should be incorporated into CLIN 0002. The first CLIN (0001) focuses on replacing and strategically placing a total of 25 cameras and integrating them with an existing security system, while ensuring all captured footage is stored for evidentiary purposes. The second CLIN (0002) specifies upgrading current IDS systems in designated buildings, requiring state-of-the-art devices compliant with the Configuration Management Database. It emphasizes stringent integration into the Security Forces’ monitoring systems and mandates that all cabling and alarm points are properly secured. The amendment underscores that all bidders must provide pricing for both CLINs and highlights the importance of compliance with the revised SOW. This RFP exemplifies federal efforts to enhance security infrastructure through detailed technical specifications.
    The document outlines a Sole Source Justification for a project to replace and upgrade security camera and intrusion detection systems at the 20th Security Forces Squadron's Commercial Vehicle Inspection Area (CVIA). It details the requirements for installing 15 interior and 10 exterior Closed Circuit Television (CCTV) cameras integrated into the existing Integrated Base Defense Security System (IBDSS). The new system must allow operators to view captured images at designated buildings and store footage for at least 30 days. Additionally, access control systems will be enhanced using RAB HID Cards linked to a centralized reporting system. The intrusion detection systems in several armories will also be upgraded to ensure compliance with modern standards, including the installation of the latest firmware and hardware without daisy chaining alarms. The prioritization of installation is specified based on building significance. This document serves as a justification for utilizing a sole source vendor to meet specific operational needs within the security infrastructure of the military installation.
    The document outlines the Statement of Work (SOW) for replacing and integrating security camera and intrusion detection systems within the 20th Security Forces Squadron at designated buildings. The plan includes installing 15 interior and 10 exterior Closed Circuit Television (CCTV) cameras to enhance visual monitoring of security alerts. Images captured will be accessible in key buildings and stored for at least 30 days for evidential purposes. Additionally, the existing intrusion detection systems in specified armories will be upgraded to newer devices compliant with Windows 10 firmware. New access control systems will utilize RAB HID Cards and connect to the Security Forces Headend IDS system to ensure comprehensive security management. The document emphasizes the necessity for sole source justification, indicating that specific brand-name equipment and technology are necessary for integration and compliance with existing systems. This plan adheres to federal guidelines for purchasing certain commercial items through simplified procurement procedures, highlighting the importance of precise specifications and adherence to security protocols.
    The document is a solicitation for commercial products and services related to the upgrade of a security camera system at Shaw Air Force Base, identified under solicitation number FA480325R0020. It emphasizes the requirement for replacing 15 interior and 10 exterior cameras within the 20th Security Forces Squadron's Commercial Vehicle Inspection Area (CVIA) and integrating them into the existing Integrated Base Defense Security System (IBDSS). The cameras are to allow Command and Control operators to monitor alarm activations effectively and must provide captured images stored for at least 30 days. The contractor must adhere to specific guidelines for the delivery and installation of the equipment, and the project must be completed within 120 calendar days from the Notice to Proceed. Additionally, the document outlines the administrative and operational regulations, payment conditions, and legal clauses applicable to the contracting process, including clauses that ensure compliance with federal regulations aimed at protecting small businesses. This solicitation demonstrates the government's commitment to enhancing security measures at military installations while supporting women-owned small businesses and requiring compliance with various federal regulations.
    The document outlines a solicitation for the replacement and upgrade of security systems at Shaw AFB, specifically for the 20th Security Forces Squadron. It details two main projects: the installation of new cameras in the Commercial Vehicle Inspection Area (CVIA) and the overhaul of Intrusion Detection Systems (IDS) in several armories. The total award amount is set at $25 million, and the contractor is required to adhere to specific guidelines and requirements as outlined in the Statement of Work. Key elements include integrating Closed-Circuit Television (CCTV) cameras into an existing security system, ensuring captured images are stored for at least 30 days, and updating alarm systems with tamper alarms. The contractor must submit invoices electronically through the Wide Area Workflow (WAWF) system and is encouraged to perform site inspections before submitting proposals. This procurement initiative is set aside for Women-Owned Small Businesses (WOSB), reflecting the federal government's commitment to promoting small business participation in government contracts. The document includes detailed administrative information, contract clauses, and responsibilities related to inspections and acceptance, ensuring compliance with U.S. Department of Defense regulations.
    This document pertains to the amendment of a solicitation for a federal contract, specifically Amendment 0001 to solicitation FA480325R0020. It announces an extension for receipt of offers and outlines the necessary procedures for acknowledging receipt of the amendment, including options for submitting changes to existing offers. The key updates include the incorporation of an attachment with contractor questions and responses, as well as a revised Statement of Work (SOW) replacing a previously dated version. The amendment emphasizes that all other terms and conditions remain unchanged. It highlights the importance of acknowledging the amendment by including a signed copy with proposals. The document is structured with specific reference notes, amendments, and contract modification details, all of which are critical for compliance in federal procurement processes. The primary purpose is to ensure clarity and enforce the necessary compliance for submitting revised or new proposals in response to the updated solicitation requirements.
    This government document serves as Amendment 0002 to a solicitation concerning the replacement of the Vindicator Intrusion Detection System (IDS). Key modifications include the addition of a new contract line item (CLIN 0002) for the system's installation, with upgrades to its components detailed in the revised Statement of Work (SOW). The deadline for proposals has been extended to May 28, 2025, at 2:00 PM ESDT, and offerors must acknowledge receipt of this amendment to ensure compliance. The amendment specifies that the current IDS will be replaced with upgraded devices, complete with integration into the Security Forces Headend IDS system, and installation must follow technical requirements such as tampering and alarm programming. Additionally, specific inspection and acceptance locations, delivery terms, and payment methods have been outlined, and contractor performance is expected within 120 calendar days from the contract award. The document maintains that all other terms and conditions remain unchanged. Overall, the amendment reflects the government's commitment to enhancing security systems while ensuring compliance with procedural regulations and contractual obligations.
    The document is an amendment to a federal solicitation regarding the upgrade and integration of Closed-Circuit Television (CCTV) cameras for the 20th Security Forces Squadron at Shaw AFB, South Carolina. It amends the original solicitation to incorporate modifications to the Statement of Work and address contractor questions. The current requirement involves replacing 15 interior and 10 exterior cameras to be integrated into the existing Integrated Base Defense Security System (IBDSS). Key changes include the replacement of the original Statement of Work dated April 3, 2025, with a revised version dated May 1, 2025. Additionally, the amendment includes an updated solicitation document to allow for pricing of two contract line items (CLINs 0001 and 0002). Notably, the proposal submission deadline remains unchanged at May 28, 2025, despite the amendment. It emphasizes the requirement for offerors to acknowledge receipt of all amendments with their proposals. This document serves to ensure clarity and fairness in the bidding process for contractors aiming to fulfill government security needs.
    The document is an amendment to a government solicitation (FA480325R0020) issued to extend the deadline for quotes and incorporate changes related to the contract. The key adjustments include an extension of the proposal submission date to June 18, 2025, a scheduled site visit on June 5, 2025, and a requirement for base access requests to be submitted by June 2, 2025. Questions regarding the solicitation must be directed to specified contracting officials and submitted by June 10, 2025. The amendment also replaces a previous Statement of Work with a Statement of Objectives, ensuring clarity and alignment with project goals. Requirement updates include submission details for pricing, technical proposals, and proposal validity periods. All other terms and conditions from the original solicitation remain unchanged. This amendment reflects ongoing efforts to facilitate responsive and compliant contractor engagement within the federal procurement framework.
    The document outlines an amendment to a government solicitation for a project associated with Shaw Air Force Base. Specifically, it extends the timeline for submitting offers and clarifies the acknowledgment process for receipt of the amendment. The amendment replaces a previously issued Statement of Work (SOW) with a new Statement of Objectives (SOO). It details the necessary actions contractors must take to recognize the amendment, including responding by specific formats and deadlines. Additionally, it lists changes concerning the attachments to the solicitation, noting that the previous SOW has been removed, while a new SOO regarding security enhancements at the armory has been added. Overall, this amendment ensures compliance with federal regulations and keeps the terms of the solicitation relevant and up to date for potential contractors.
    This document is an amendment to a federal solicitation, detailing the cancellation of the solicitation FA480325R0020 due to an unexpected loss of funding essential for awarding a contract. The amendment observes standard procedures for acknowledging changes to solicitations, including requirements for offerors to confirm receipt by specified methods. It highlights that all terms and conditions from the original solicitation remain effective unless specifically altered by this amendment. The contracting officer, Daniel P. Kane, is responsible for the modification, which was issued on June 9, 2025. The summary emphasizes compliance with established protocols in government contracting while underscoring the impact of funding loss on solicitation processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    7J--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 involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    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.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    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.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Crossmatch Booking station
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.