70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
ID: 70Z03026QCLEV0004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, 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 Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the installation of a comprehensive CCTV system at Station Chicago, Illinois. The project aims to enhance security by replacing outdated equipment with eight high-definition cameras capable of license plate recognition, facial identification, and equipped with night vision and weatherproof enclosures. This procurement is crucial for compliance with DHS Presidential Directives and is estimated to range between $25,000 and $100,000. Interested parties should note that the deadline for offer submissions has been extended to 12:00 PM EST on December 29, 2025, and are encouraged to contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The CG BASE CLEVELAND REFERENCE INFORMATION FORM (July 2024) is a critical document for federal government RFPs, federal grants, and state and local RFPs, designed to gather essential company and project-specific details. It requests comprehensive information including the solicitation number, date, company name, address, telephone and facsimile numbers, and specific work hours. Key requirements include a detailed list of experience in similar work, disclosure of any prior job terminations with reasons, and potential difficulties in completing the current job on time, also with explanations. The form also asks for the percentage of work to be subcontracted and confirmation of compliance with the Davis Bacon Wage Act regarding prevailing wages. A significant portion of the document is dedicated to providing three professional references, each requiring the company name, contact person, address, telephone number, and project details. This form ensures that all prospective contractors provide a standardized set of information necessary for evaluation and compliance.
    The U.S. Coast Guard Base Cleveland's Request for Information (RFI) form, revised March 2025, serves as a formal communication tool for soliciting clarifications or proposing changes related to solicitations. The form requires the requestor to provide details such as the solicitation number, project location, and specific information requested, including relevant specification sections or drawing numbers. It also includes sections for attachments, a required response date, and the requestor's contact information. The contracting officer or specialist uses the form to issue responses, indicating whether the information provided is a clarification that does not alter terms or a proposed change necessitating an amendment. This document ensures a structured approach for communication between requestors and the U.S. Coast Guard during the solicitation process.
    This document, Solicitation 70Z03026QCLEV0004 Release 1, outlines questions and answers regarding a video surveillance system installation. Key requirements include outdoor cameras for the main building, front gate, dock, parking lots, and fence line. License plate recognition cameras are needed for the front gate, primarily for recorded video rather than database logging. All cameras must be Made in the USA, with NDAA compliance not automatically fulfilling this requirement. New CAT 6 cabling is required, installed in free air (J-Hooks), with mounting heights between 20-30 feet necessitating a lift. No existing drawings of cable pathways or IT/Security room locations are available. The project also specifies an equipment warranty up to three years and a labor warranty up to one year, with up to two responses. Cameras must also feature magnification.
    This government solicitation, Standard Form 1449, outlines a request for proposal (RFP) for a CCTV system, including installation, intended for the USCG Station Chicago. The solicitation is specifically designated for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a NAICS code of 561621 and a size standard of $25.0M. Key details include an offer due date of December 15, 2025, at 12:00 PM EDT, issued by the Regional Support Team (RST-09) Cleveland. Payment will be processed by the U.S. Coast Guard Finance Center, with invoices submitted via IPP.GOV. The document specifies terms for contractors, including signing and returning copies, and details the acceptance of offers by the contracting officer.
    The Department of Homeland Security's U.S. Coast Guard (USCG) is soliciting proposals for the installation and maintenance of a comprehensive CCTV system at Station Chicago. This project aims to enhance security and comply with DHS Presidential Directives by replacing old equipment with 8 high-definition cameras featuring license plate recognition, facial identification, night vision, and weatherproof/vandal-resistant enclosures. All cameras and equipment must be manufactured in the USA or designated countries and comply with NDAA requirements. The system requires a Network Video Recorder (NVR) with 30-day storage, redundant power, and surge protection. The contractor will conduct a site survey, install all components, label cabling, and perform system configuration and testing. A 21-day error-free operation period is required for final acceptance. The contractor must also provide comprehensive training, 24/7 technical support, and quarterly preventative maintenance. The project has a 45-calendar-day completion timeline, with specific deadlines for submittals, delivery schedules, and project commencement. Contractors are responsible for site safety, environmental compliance, waste disposal, and site cleanup.
    The Department of Homeland Security, U.S. Coast Guard, is soliciting bids for the installation and maintenance of a high-definition CCTV system at Station Chicago. This project aims to enhance security and comply with DHS Presidential Directives by implementing a turnkey CCTV system with eight 1080p or higher resolution cameras. Key requirements include license plate recognition, facial identification, night vision, and weatherproof/vandal-resistant enclosures. All equipment must be U.S.-made, and the system must store 30 days of continuous footage with redundant power. The contractor will handle all aspects from site survey and installation to training, quarterly maintenance, and 24/7 technical support. The project has a 45-day completion timeline from submittal acceptance, with a mandatory 21-day error-free operation test for final acceptance. Contractors are responsible for waste disposal, site safety, environmental compliance, and site restoration.
    This government Request for Quote (RFQ) from the U.S. Coast Guard (solicitation 70Z03026QCLEV0004) outlines requirements for a CCTV System Project at Station Chicago, IL, with an estimated value between $25,000 and $100,000. Key aspects include providing all necessary labor, materials, equipment, supervision, and transportation in accordance with the Statement of Work (Section J). Quotes must include taxes and be submitted via mail, not calls. Offerors must provide their Unique Entity Identification (UEI) and Taxpayer I.D. numbers. The document details extensive Federal Acquisition Regulation (FAR) and Department of Homeland Security Acquisition Regulation (HSAR) clauses covering inspection, acceptance, responsibility for supplies, electronic invoicing through IPP.gov, payment by electronic funds transfer, and various representations and certifications including those related to conflicts of interest, domestic commodities, and inverted domestic corporations. Award will be based on the lowest-priced, responsive, and responsible offeror with demonstrated satisfactory performance.
    This government document, Standard Form 30 (SF30)
    Solicitation Amendment 70Z03026QCLEV0004A00001, issued on December 19, 2025, announces key changes to a solicitation. The amendment includes the release of Questions and Answers, and notably extends the offers due date to 12:00 PM EST on Tuesday, December 23, 2025. All recipients must sign the Standard Form 30 (70Z03026QCLEV0004A00001) to acknowledge these updated terms.
    This document outlines an amendment to a solicitation or a modification of a contract, issued via Standard Form 30 (SF 30). It details the procedures for offerors to acknowledge receipt of amendments, including methods like completing specific items on the form, acknowledging on the offer, or through separate communication. Failure to acknowledge prior to the specified deadline may result in the rejection of an offer. The amendment extends the offers due date to December 29, 2025, at 12:00 PM EST and includes a revised Statement of Work dated December 23, 2025. The document also provides instructions for completing various fields on the SF 30, such as contract ID code, effective date, issuing office, contractor information, and accounting data. It clarifies that the contracting officer's signature is not required on solicitation amendments but is typically affixed last on supplemental agreements. The purpose is to formalize changes to solicitations or contracts, ensuring all parties are aware of updated terms and deadlines.
    Solicitation Amendment 70Z03026QCLEV0004A00002 revises the Statement of Work and extends the offers due date. The amendment, dated December 23, 2025, specifically modifies Paragraph 3 System Requirements (vi) regarding camera and equipment manufacturing origins. The previous requirement for all equipment to be made in the United States has been removed. The updated requirement states that cameras and equipment must be manufactured in either the USA or designated countries under the World Trade Organization Government Procurement Agreement (WTO GPA), Trade Agreements Act (TAA), and the United States-Korea Free Trade Agreement (KORUS FTA. Additionally, manufacturers must provide a letter certifying compliance with the National Defense Authorization Act (NDAA) requirements. The new deadline for offer submissions is 12:00 PM EST on Monday, December 29, 2025. All offerors must sign Standard Form 30 (70Z03026QCLEV0004A00002) to acknowledge these changes.
    This document outlines wage determinations and fringe benefits under the Service Contract Act for various occupations in Cook, Du Page, and McHenry Counties, Illinois. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or renewed on specific dates in 2025. The document also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and twelve paid holidays. Special conditions apply to computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials (4% or 8%) for working with ordnance and uniform allowance policies are also detailed. The conformance process for unlisted occupations is provided, emphasizing the use of the Service Contract Act Directory of Occupations for classification and wage rate determination.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCG Station Freeport Garage Door replacement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard, is seeking proposals from qualified small businesses for the replacement of garage doors at the USCG Station Freeport in Texas. The project entails the removal of existing garage doors at the MK Shop and Civil Bay, followed by the installation of new, like-kind doors equipped with electric openers, along with all necessary labor, materials, and equipment. This work is critical for maintaining operational efficiency at the facility and must adhere to OSHA safety standards, with a mandatory site visit required prior to proposal submission. Interested contractors should contact Kala Lowe at kala.m.lowe@uscg.mil or by phone at 314-269-2361 for further details, and proposals must be submitted by the specified deadline, with the total project value estimated to be under $35,000.
    CSSC Fish Dispersal Barrier Operations and Maintenance
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the operation and maintenance of the Electric Dispersal Barrier System (EDBS) located on the Chicago Sanitary and Ship Canal (CSSC) in Romeoville, Illinois. The contract, structured as a Firm-Fixed-Price agreement, includes a base period of 12 months with three additional 12-month option periods, and encompasses services such as routine monitoring, facility cleaning, asphalt maintenance, snow removal, crane inspections, and refuse services. This initiative is crucial for preventing the movement of invasive species between the Mississippi River and Great Lakes basins, thereby protecting local ecosystems. Interested parties must submit their proposals electronically by January 15, 2026, and direct any questions to the primary contact, Stephanie Boyd, at stephanie.l.boyd@usace.army.mil or by phone at 312-846-5370.
    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.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    USCGC Gasconade SSDG Control Panel replacement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement, installation, and calibration of two CAT 10R-9661 - Kit ELEK GP controllers on the SSDGs aboard the CGC Gasconade. The project involves removing the existing controllers, installing the new units according to manufacturer specifications, and ensuring proper calibration to maintain operational efficiency and reliability. This work is critical for the functionality of the equipment and must be completed within 5 business days at the CGC Gasconade location in St. Louis, Missouri. Interested contractors can direct inquiries to Donna O'Neal at Donna.J.O'Neal@uscg.mil or by phone at 510-393-1145.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    U.S. Coast Guard Station Lorain Heating System Repair
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform heating system repairs at the U.S. Coast Guard Station in Lorain, Ohio. The project requires the contractor to provide all necessary labor, materials, equipment, supervision, and transportation to restore the heating system, which is critical for maintaining operational capabilities during winter months. This procurement is estimated to be less than $25,000, and interested parties are encouraged to schedule site visits to develop accurate quotes. For further information, contractors can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL, with the due date for offers to be established upon issuance of the Request for Quote.
    USCG STA NEW YORK (45612) FY26 U/W BODY REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the FY26 Underwater Body Repair at USCG Station New York. The procurement involves comprehensive drydock maintenance and repairs on the 45-foot Response Boat–Medium (RB-M), including tasks such as welding, hull inspections, engine alignments, and preservation services, all adhering to Coast Guard standards and federal regulations. This contract is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested small businesses must submit their proposals electronically by January 23, 2026, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil for further information.