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, 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.

    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 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, 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 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
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the roof repair project at the Coast Guard Station Fairport located in Grand River, Ohio. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to remove, replace, and seal a flat section of the roof, with a completion period of 45 calendar days. This procurement is crucial for maintaining the operational integrity of the facility and is estimated to be under $25,000. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, and site visits are encouraged to ensure accurate quoting. The due date for offers will be established upon issuance of the Request for Quote, with all relevant documents available on SAM.gov.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    Video Surveillance System (VSS) Upgrade - Tennessee
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified small businesses to provide and install a new Video Surveillance System (VSS) at The Odell Horton Federal Building in Memphis, Tennessee. The project includes the procurement of a standalone Network Video Management System (NVMS), an NVR, UPS, 26 IP cameras, client workstations, and necessary equipment to ensure a fully functional surveillance system capable of monitoring critical areas and retaining video for a minimum of 30 days. This procurement is crucial for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm fixed price contract expected to be awarded based on a best value/trade-off evaluation process. Interested vendors must register with the System for Award Management (SAM) and submit inquiries to the designated contacts by December 12, 2025, with a deadline for proposals also set for that date at 5:00 PM ET.
    PERIMETER FENCE INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the installation of approximately 100 linear feet of chain-link fencing with barbed wire at the USCG Sector Long Island Sound in New Haven, Connecticut. The project requires the fence to be 7 feet high, with specific design features including a top guard and barbed wire, and must be constructed using materials suitable for a corrosive environment. This installation is crucial for enhancing security measures at the facility, ensuring the fence integrates with existing structures and prevents unauthorized access during low tide. Interested contractors should submit their quotes on company letterhead, detailing costs by sections, to the primary contact, Coyet Carter, at coyet.a.carter@uscg.mil, and the Contracting Officer, Jason L. Williams, at jason.l.williams@uscg.mil, with all work to be completed within 30 calendar days of contract issuance.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with a total estimated value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, and it includes specific requirements for using Bellingham Marine Precast Concrete Floating Docks to ensure compatibility. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Nadine Provost at Nadine.M.Provost@uscg.mil or 206-820-5607.
    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
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors 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 contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    DISPLAY UNIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for three 19" flat panel display monitors, identified by part number K9346700, from the manufacturer Scioteq LLC. These monitors are essential for operational use and must be individually packaged and marked according to military standards, ensuring compliance with specific packaging and labeling requirements. Interested vendors must submit their quotations via email to the primary contact, Eric Goldstein, by December 11, 2025, at 9:00 AM Eastern Standard Time, and must be registered in the System for Award Management (SAM) with a valid DUNS number. The contract will be awarded based on the lowest price technically acceptable, under a Firm Fixed Price Contract.
    Purchase of Digital Crew Units (DCU)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers for the procurement of Digital Crew Units (DCU) as part of a Sources Sought Notice. The primary objective is to identify capable sources that can provide the DCU, identified by NSN 1680-01-HS3-3084 and P/N 1188200-115, which are critical components for aviation operations. This notice serves as a market research tool to assist the U.S. Coast Guard in determining the availability of suppliers and does not constitute a solicitation for proposals or quotes. Interested parties must submit their responses by December 8, 2025, at 12:00 PM EST, and can direct inquiries to Zachary R. Harris via email at Zachary.R.Harris2@uscg.mil, ensuring to include the reference number 70Z03826IH0000011 in the subject line.
    Refurbish Locker Rooms and Bathrooms at USCG Station San Francisco
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the refurbishment of locker rooms and bathrooms at the USCG Station San Francisco. The project involves comprehensive renovations, including the refurbishment of men's and women's restrooms, replacement of flooring in locker rooms, and upgrades to a bathroom in the Main Station Building, with all labor, materials, and supervision provided by the contractor. This opportunity is a total small business set-aside, with an estimated contract value between $25,000 and $100,000, and requires contractors to begin work within 15 days of award and complete it within 90 days. Interested parties must submit their offers electronically by December 5, 2025, and can contact Shawn Jenkins or Jesse Yutig for further inquiries, while a site visit is scheduled for October 22, 2025.