N--NCMD DISPATCH SECURITY SYSTEM
ID: 140L3625Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide a comprehensive upgrade to the security system at the Lewistown Interagency Dispatch Center in Montana. This project involves the removal of the existing security system and the installation of a new CCTV setup, which includes a Network Video Recorder (NVR) and fourteen 5MP cameras, along with necessary cabling and compliance with safety standards. The procurement is critical for enhancing surveillance capabilities and ensuring public safety, with a performance period of 120 days following the Notice to Proceed. Interested vendors must submit their quotes by March 28, 2025, and are encouraged to attend a site visit on March 12, 2025; for further inquiries, they can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.

    Point(s) of Contact
    Brailer, Christopher
    (406) 896-5196
    40689650200000
    cbrailer@blm.gov
    Files
    Title
    Posted
    The document addresses a federal RFP regarding the installation and configuration of a network video recording system for a facility. It confirms a site visit scheduled for 3/12/2025 at 10 AM and discusses technical specifications, including a minimum 16-port camera system and a required 30-day video retention period with RAID5 configuration for data redundancy. It notes that the current NVR is connected to a TV in the dispatch building, and there is no available rack space for the NVR, but a backup generator is in place. The contractor must clarify wiring needs between the warehouse and the dispatch building, which are approximately 30 feet apart and currently lack a network drop. The specification also emphasizes the need for 16 TB of storage without strict requirements. The upgrading system must comply with certain standards, moving away from the previous Lorex NVR, and allows for reusing existing cabling unless replacement becomes necessary. Additionally, it confirms that the existing network infrastructure for the camera system will be a stand-alone solution. This procurement aims to enhance surveillance capabilities while meeting compliance standards and operational needs within the facility.
    The document discusses considerations for optimizing camera placement in a surveillance context. It suggests evaluating the implementation of a single, cost-effective swiveling camera in locations currently utilizing multiple fixed cameras. This approach aims to enhance coverage while potentially reducing budgetary expenditure. The primary focus is on improving surveillance efficiency and cost management, in line with government contracting practices concerning RFPs and grants for public safety initiatives. The information contained within this document underlines a strategic approach to resource allocation for security measures, reflecting an overarching objective to effectively monitor key areas without unnecessary financial burden.
    The document discusses considerations for the installation of surveillance cameras in corners, proposing the option of utilizing a single swiveling camera instead of multiple fixed cameras if it proves to be more cost-effective. This assessment indicates a focus on exploring efficient and economical solutions for surveillance needs, potentially relevant to government procurement processes, including federal and state RFPs. The consideration of cost effectiveness reflects the priorities in public spending and resource allocation, emphasizing the importance of evaluating technological options in security infrastructure projects.
    The document outlines a Past Performance Questionnaire (PPQ) used by the U.S. Department of the Interior, specifically the Bureau of Land Management, in relation to the proposed NSMD Security System Upgrade project. The PPQ is designed to evaluate a company’s previous performance on contracts by soliciting feedback from project stakeholders. Key components include firm information such as project title, location, and contract details, as well as evaluator information. The questionnaire features a rating system ranging from Outstanding (O) to Unacceptable (U), assessing factors such as client relationships, management integrity, quality control, adherence to schedules, and any issuance of negative notices. It also queries the likelihood of awarding future contracts and customer satisfaction with the final deliverables. Overall, this document serves as a tool to collect and analyze performance data, facilitating informed decision-making regarding contractor qualifications for federal projects. The structure promotes comprehensive evaluations by guiding evaluators through specific criteria important for assessing contractor reliability and past performance.
    The document is an amendment to a solicitation with the purpose of modifying the existing contract or order, specifically addressing requests for information (RFIs). It outlines the necessary steps for contractors to acknowledge receipt of this amendment, emphasizing that failure to do so before the specified date may lead to rejection of offers. The amendment also clarifies that any changes to offers must be submitted in writing prior to the opening hour and date. The effective period for the contract is specified from April 15, 2025, to August 15, 2025. The structure of the document includes administrative details, such as the contract ID, modification number, and names of the contracting officer and contractor, ensuring all parties are informed of changes while maintaining compliance with relevant Federal Acquisition Regulations (FAR). Overall, this amendment is crucial for maintaining clear communication and adherence to contractual obligations within government procurement processes.
    The document outlines a combined solicitation for a security system upgrade for the North Central Montana District by the Bureau of Land Management (BLM). The Request for Quote (RFQ) seeks offers for a firm-fixed price contract, specifically targeting small businesses, with a NAICS code of 561621 for Security Systems Services. The offer due date is March 28, 2025, and a site visit is scheduled for March 12, 2025. Vendors must submit their quotes via email to the Contracting Officer, Christopher Brailer, before the deadline and must ensure they are registered in the System for Award Management (SAM) to be eligible for award. Additionally, the notice includes evaluation criteria based on price and past performance, along with requirements such as compliance with federal acquisition regulations. The document emphasizes the need for complete and accurate submissions to avoid disqualification, highlighting the importance of following document specifications to demonstrate capability. Furthermore, it outlines required certifications and clauses from the Federal Acquisition Regulation (FAR) related to commercial services. The overall purpose is to solicit competitive bids for the security system installation, ensuring a cost-effective government procurement process while supporting small businesses.
    The North Central Montana District is seeking contractors to update and expand the security camera system at the Lewistown Interagency Dispatch Center. This involves removing the existing system and installing a new CCTV setup, which includes a Network Video Recorder (NVR) and fourteen 5MP cameras. The contractor will provide all necessary labor and materials, including the installation of new CAT 6 cabling, and must ensure compliance with applicable standards and manufacturer recommendations. The project has a performance period of 120 days following the Notice to Proceed and includes a preconstruction meeting. Contractors must submit their Certificate of Insurance and estimated schedules before work begins. They are also required to provide proof of product warranties and ensure that all work aligns with relevant safety codes, including the National Electrical Code. The site provides on-site storage and parking, and the contractor is responsible for cleanup and damage repair. Work hours are limited to weekdays during standard operational hours. A final inspection and walkthrough will confirm successful project completion and compliance with specifications. This RFP exemplifies the federal and state commitment to improving infrastructure and public safety.
    The document outlines Wage Determination No. 2015-5397 under the Service Contract Act (SCA) by the U.S. Department of Labor. It specifies minimum wage requirements for contractors in Montana, with different rates based on contract dates, referencing Executive Orders 14026 and 13658. Contracts initiated or renewed after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The document details a variety of occupations and their corresponding wage rates, including fringe benefits, and specifies health, welfare, and vacation provisions for employees. It also notes the obligation for contractors to provide uniforms and outlines the conformance process for unlisted job classifications. This wage determination serves to protect worker rights and ensure compliance in federal contracts, contributing to the equitable treatment of labor across governmental services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Electronic Security Systems at Libby Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is soliciting proposals from qualified contractors for the installation and integration of Electronic Security Systems (ESS) and Video Management Systems (VMS) at the Libby Dam Project in Montana. The contractor will be responsible for software installation, programming, commissioning, and training related to the new security systems, which are critical for enhancing access control, intruder detection, and video surveillance capabilities at this vital infrastructure site. This procurement is set aside for small businesses, with proposals now due by March 17, 2025, at 3:00 PM Pacific Time, following an extension from the original deadline. Interested parties can contact McKenna Rain at mckenna.t.rain@usace.army.mil or by phone at 206-316-4434 for further information.
    58--SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing security through the installation of a comprehensive network-based camera system, including three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor safety and operational efficiency at the historic site, with a delivery deadline set for April 1, 2025. Interested bidders must submit their quotations by March 14, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    CULTURAL CONTRACT UMRBNMLMA
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is seeking quotes from small business concerns for a cultural resource inventory contract related to the Upper Missouri River Breaks National Monument. The primary objective of this procurement is to conduct special studies that delineate archeological and paleontological resources within the Two Calf Creek area in Petroleum County, Montana, as part of compliance with the National Historic Preservation Act. This project is crucial for identifying and evaluating cultural resources potentially affected by prescribed burning activities, ensuring the preservation of cultural heritage while facilitating land management practices. Interested parties must submit their proposals by March 28, 2025, with questions due by March 21, 2025. For further inquiries, contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    Z--UFO NORWOOD WAREHOUSE IMPROVEMENTS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotations for a firm-fixed-price construction contract focused on improvements to the Norwood Warehouse located at 40835 State Highway 145, Norwood, Colorado. The project entails the installation of a pedestrian gate and the replacement of a yard hydrant, with a contract duration of 150 days and a budget under $25,000, specifically set aside for small businesses. This procurement is crucial for enhancing public land facilities and ensuring compliance with safety and accessibility standards. Interested contractors must submit their quotes by March 28, 2025, following a mandatory site visit on March 14, 2025, and can direct inquiries to Patrick Frost at pfrost@blm.gov or by phone at 303-239-3605.
    EMDD HELITACK OFFICE TRAILERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting quotes for the leasing of two temporary mobile office trailers to support operations at the BLM Miles City Field Office in Billings, MT. The procurement aims to provide functional office space for two helitack crews, accommodating a total of 22 personnel, with specific requirements for size, safety, and compliance with health regulations, including ADA standards. This initiative is crucial for ensuring that BLM personnel have the necessary facilities to conduct their operations effectively in the field. Interested small businesses must submit their proposals by the specified deadline, with inquiries directed to Chad Clapp at cclapp@blm.gov. The contract is structured as a firm fixed-price purchase order with a base year and two option years, emphasizing the government's commitment to engaging small businesses in this procurement process.
    Z--Muskrat - Vernon Garage Door Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for garage door repairs at the Muskrat and Vernon Fire Stations in Utah, under solicitation number 140L5725Q0026. The project involves extensive repairs to 11 overhead doors, including replacing damaged components and ensuring proper installation to meet safety and operational standards before the fire season begins on May 31, 2025. This initiative is crucial for maintaining functional infrastructure that supports the West Desert District Fire Program. Interested contractors must submit their quotes by March 25, 2025, and are encouraged to participate in scheduled site visits on March 12, 2025, to ensure compliance with project requirements. For further inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    MCFO FUELS BOBCAT TRAILER
    Buyer not available
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for the procurement of a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. The trailer must meet specific requirements, including a Gross Vehicle Weight Rating (GVWR) between 18,000 to 24,000 pounds, dimensions of 18 to 24 feet in length, and various safety features such as electric drum brakes and a hydraulic dampening cylinder. This acquisition is crucial for government operations, ensuring the efficient transport of equipment while adhering to federal procurement regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically to Contracting Officer Christopher Brailer by March 21, 2025, at 1400 MDT, and comply with all solicitation requirements to be eligible for award consideration.
    S--MALTA JANITORIAL
    Buyer not available
    The Bureau of Land Management (BLM) in Montana is seeking qualified small businesses to provide janitorial and grounds services for its Malta Field Office under solicitation number 140L3625Q0012. The contractor will be responsible for maintaining cleanliness and hygiene in a 5,000 square foot office building and surrounding areas, utilizing environmentally safe products and adhering to detailed cleaning protocols, with operations primarily occurring outside of normal business hours. This opportunity is a 100% Total Small Business Set-Aside, with the contract period anticipated from April 1, 2025, to March 31, 2026, and options for extension through 2030. Interested parties must submit their quotes by March 13, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    4K Security Camera System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a 4K Security Camera System to be installed at Beale Air Force Base in California. This procurement aims to enhance tool accountability and personnel identification through the installation of eight high-resolution indoor cameras, which must support continuous recording, power over Ethernet, and video playback capabilities for at least 14 days. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with Federal Acquisition Regulations, with quotes due by March 18, 2025, following a contractor site visit on March 4, 2025. Interested contractors should contact David Wadkins at david.wadkins@us.af.mil or SrA Damon Mackin at Damon.Mackin@us.af.mil for further details.
    Z--NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project at the National Interagency Fire Center in Boise, Idaho. The procurement aims to enhance the existing emergency power system by upgrading the current 600 KW generator and ensuring compliance with safety and operational standards during utility outages. This project is crucial for maintaining operational functionality and safety at the facility, particularly in emergency response scenarios. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.