Burlington International Airport (BTV) CCTV System Upgrade and Viewing Station
ID: 70T05024Q5903N016Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONMISSION ESSENTIALSSpringfield, VA, 20598, USA

NAICS

Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers (423610)

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 Transportation Security Administration (TSA), is seeking qualified contractors to upgrade the Closed Circuit Television (CCTV) system at Burlington International Airport (BTV). The project involves enhancing the existing Checked Baggage CCTV system by expanding server capacity and installing a new viewing station that integrates video feeds from three distinct systems: Checked Baggage, Passenger Screening, and Leased Office Space. This upgrade is crucial for maintaining high security standards at the airport, ensuring effective monitoring and compliance with TSA regulations. Interested small businesses must submit their proposals by the specified deadline, and for further inquiries, they can contact Kurt Allen at kurt.allen@tsa.dhs.gov. The solicitation documents, including amendments and pricing details, are available for review to ensure compliance with federal contracting requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Transportation Security Administration (TSA) issued a Request for Quotation (RFQ) for the upgrade of the CCTV system at Burlington International Airport (BTV) and the installation of a new viewing station. The primary objective is to enhance video recording capabilities for the Checked Baggage, Passenger Screening, and Leased Office Space systems. Key requirements include a motion-activated recording feature, a minimum 30-day storage capacity, compatibility for video transfer, and a user-friendly interface designed to limit privacy breaches. The contractor is expected to provide design, components, installation, and training, with a stipulated completion timeline of eight weeks from contract award. Additionally, adherence to TSA's cybersecurity policies, IT infrastructure standards, and data governance protocols is mandatory. The RFQ outlines strict guidelines for protecting sensitive information, vendor responsibilities during audits, and compliance with federal information technology mandates. This document exemplifies the TSA's commitment to modernizing airport security infrastructure while ensuring compliance with national security requirements and promoting privacy protection.
    The Transportation Security Administration (TSA) has issued a Request for Quotation (RFQ) to upgrade the CCTV system at Burlington International Airport. The project entails enhancing the existing Checked Baggage CCTV system to improve server capacity and install a viewing station that integrates video feeds from multiple systems: Checked Baggage, Passenger Screening, and Leased Office Space. Key specifications include motion-activated recording, a 30-day retention capacity, and compatibility for video transfer to other platforms. The contract requires the provision of all necessary materials, training for TSA personnel, and five years of maintenance support. The RFQ outlines compliance with DHS and TSA IT governance, cybersecurity measures, and Section 508 accessibility standards. The installation must be completed within eight weeks from award, ensuring high-quality video clarity and adherence to privacy regulations. Invoicing will be managed through the U.S. Coast Guard Finance Center, specifying proper submission methods and frequency. This RFQ reflects the TSA's commitment to advancing airport security technologies and maintaining rigorous operational standards.
    The document pertains to a Request for Proposal (RFP) involving the CCTV upgrade of a BTV System and the corresponding viewing station, as outlined in the Section 2 Statement of Work. It specifies the necessity for vendors or quoters to complete an attached Reps and Certs Document (FAR Provision 52.212-3), ensuring compliance with representations and certifications relevant to the solicitation. The vendor's compliance with business size standards linked to the applicable NAICS code is also required. The document includes a pricing table where the vendor is expected to fill in details about quantity, price, and total amount for the job. The vendor is prompted to confirm compliance by checking "Yes" or "No" in the designated section. This RFP focuses on ensuring that vendors maintain standards of accuracy and updating regarding their qualifications and compliance status in response to federal contracting requirements. The overarching goal of this initiative is to upgrade essential surveillance systems while adhering to federal regulatory frameworks.
    The document outlines a pricing table and prerequisites for a government Request for Proposals (RFP) concerning the upgrade of a BTV System CCTV and its associated maintenance services. It specifies several items, including base year maintenance and support for up to four additional option years, each requiring the vendor to fill in corresponding prices and quantities. Additionally, vendors must confirm their completion of the Reps and Certs Document, ensuring compliance with FAR regulations, including the accuracy and applicability of their representations concerning business size and other relevant compliance standards. The structure emphasis on filling in price details, vendor certification, and overall compliance underscores the importance of detailed documentation in government procurement processes. This RFP represents a standard practice aimed at ensuring transparency, accountability, and adherence to federal regulations in the contracting of technical services.
    The Offeror Representations and Certifications document outlines essential provisions that offerors must adhere to when submitting proposals for government contracts involving commercial products and services. It requires offerors to either complete specific sections based on their compliance status with the System for Award Management (SAM) or to address various certifications related to their business structure, ownership, and operational compliance, including small business, veteran-owned, and women-owned classifications. Definitions for critical terms such as "business concern," "place of manufacture," and "sensitive technology" are provided to clarify expectations. The document also mandates disclosures related to past compliance with federal contracts, certifications regarding payments to influence federal transactions, and Buy American certifications, among others. Key matters such as debarment status, federal tax liabilities, and the use of covered telecommunications equipment must be disclosed. The intent is to ensure transparency, ethical conduct, and compliance with federal regulations, thereby protecting governmental interests. This document is vital for maintaining accountability and fostering equitable opportunities in federal contracting.
    The document outlines a Request for Quotation (RFQ) for the upgrade of the Closed Circuit Television (CCTV) system and viewing station at the Burlington International Airport. Key elements include the installation of a new viewing station capable of integrating video feeds from three existing CCTV systems. Several inquiries are addressed regarding system specifications, integration requirements, equipment compatibility, and network connectivity, clarifying that the new system will not connect to the TSA IT network. Important points include concerns about existing cameras, the contractor's responsibility for system maintenance, specifications for backup solutions, and operational continuity in emergencies. The contractor is tasked with providing necessary hardware/software for backups, while existing airport-owned cameras will not be integrated into the new system. The document emphasizes compliance with TSA standards, requiring that all selected equipment appear on the TSA Approved Products List. The timeframe for contractor pricing submissions won’t be extended despite the contractors' request for additional time after receiving government responses. Overall, the document delineates the parameters and expectations for the proposed CCTV upgrade project, balancing security needs with operational infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Headquarters CCTV Modernization 2024
    Active
    Transportation, Department Of
    The Department of Transportation (DOT) is seeking proposals for the Headquarters CCTV Modernization 2024 project, aimed at enhancing the physical security infrastructure at its headquarters in Washington, D.C. This initiative involves the procurement and installation of modern CCTV equipment, specifically transitioning from analog to digital systems, which includes replacing 13 existing cameras and ensuring interoperability with Bosch Systems components. The project is critical for improving surveillance capabilities and situational awareness for the DOT guard force, with a fixed-price contract anticipated to last 180 days. Interested small businesses must submit their technical and pricing proposals by September 24, 2024, with questions due by September 18, 2024; for further inquiries, contact Maliha Habib at maliha.habib.ctr@dot.gov or Robin Denise Gates at robin.gates@dot.gov.
    CCTV System Upgrade and VICADS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the upgrade of the Closed-Circuit Television (CCTV) system at Eielson Air Force Base in Alaska. The procurement aims to enhance surveillance capabilities in accordance with the Non-Nuclear Intrusion Detection System (IDS) Equipment Approval Memorandum, requiring specific equipment as detailed in the associated documentation. This upgrade is critical for ensuring comprehensive monitoring and security at federal sites, aligning with government objectives to improve public safety and regulatory compliance. Interested vendors, particularly small businesses, must submit inquiries by September 19, 2024, and note that funding for the contract is contingent upon the availability of appropriated funds. For further information, contact 1st Lt Julieth Collazos at julieth.collazos.1@us.af.mil or SSgt Marta Burke at marta.burke@us.af.mil.
    RIANG 282CBCS CCTV System
    Active
    Dept Of Defense
    The Department of Defense, through the Rhode Island Air National Guard, is seeking proposals from qualified small businesses for the installation of a Closed Circuit Television (CCTV) system at the 282d Combat Communications Squadron in North Smithfield, Rhode Island. The project requires the provision of a firm-fixed-price contract for a CCTV system that includes 6-8 PTZ cameras and 2 fixed cameras, with specifications for high-resolution capabilities, low-light operation, and 24/7 monitoring and recording. This procurement is critical for enhancing security infrastructure and ensuring compliance with NDAA regulations. Interested parties must submit their proposals by 5:00 pm EST on September 23, 2024, and can direct inquiries to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil. The estimated budget for this project ranges from $15,000 to $20,000, with a desired completion timeline of 90 days post-order receipt.
    Video Surveillance System (VSS) Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking a contractor to install a new Video Surveillance System (VSS) at the Fargo Federal Building and Post Office in North Dakota. The project requires the contractor to provide a fully functional stand-alone network video management system, including the installation of various VSS components as outlined in the Statement of Work (SOW). This procurement is significant for enhancing security 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 source selection process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and submit their proposals by the revised deadline of October 11, 2024, at 0900 PDT, with inquiries directed to Lynn Miller at lynn.e.miller@fps.dhs.gov.
    VSS Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service (FPS) is seeking a contractor for the installation of a new Video Surveillance System (VSS) at the Denver Federal Center, Building 56. The contractor will be responsible for purchasing and installing a stand-alone network video management system, with all work to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm-fixed price contract anticipated. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the extended deadline of October 15, 2024, at 0900 PDT. For further inquiries, potential bidders can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    Video Surveillance System Installation in Oakland, CA, at the Ronald Dellums Federal Building and Courthouse
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, through the Federal Protective Service, is seeking proposals for the installation of a Video Surveillance System (VSS) at the Ronald Dellums Federal Building and Courthouse in Oakland, California. The project requires a contractor to provide a comprehensive solution, including the purchase and installation of a new stand-alone Network Video Management System (NVMS), ensuring high-resolution footage capture and integration with existing security systems. This procurement is critical for enhancing security infrastructure at a federal facility and is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on price and technical merit. Interested vendors must submit their proposals by October 1, 2024, at 9:00 AM PDT, and can direct inquiries to Contract Specialist Gilbert Olivas at Gilbert.Olivas@fps.dhs.gov or by phone at 303-579-2437.
    Purchase and installation of additional and replacement cameras to the existing Internet Protocol (IP) Video Surveillance System (VSS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is seeking qualified contractors for the purchase and installation of additional and replacement cameras for the existing Internet Protocol (IP) Video Surveillance System (VSS) at the Limbaugh Federal Courthouse in Cape Girardeau, Missouri. The project involves upgrading from outdated analog cameras to newer technology IP cameras, integrating a Network Video Management System (NVMS), and ensuring the system can monitor various security aspects while retaining video for a minimum of 30 days. This procurement is critical for enhancing security measures at federal facilities, with a contract performance period from October 1, 2024, to September 30, 2029, and options for maintenance services in subsequent years. Interested vendors must submit proposals by September 19, 2024, and can direct inquiries to Angela Varlow at Angela.Y.Varlow@fps.dhs.gov or Adam L. Reynoso at adam.l.reynoso@fps.dhs.gov.
    Dorm Parking Lot CCTV Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the upgrade of the CCTV system at Davis-Monthan Air Force Base dormitories in Tucson, Arizona. The project involves the installation and integration of approximately 77 new 4K HD cameras and 5 NVR systems across seven dorm parking lots, ensuring compatibility with the existing CCTV framework while adhering to safety and environmental compliance standards. This upgrade is crucial for enhancing surveillance capabilities and operational security at the base. Interested small businesses must submit their quotes by September 23, 2024, and can direct inquiries to Jonathan Turk at jonathan.turk@us.af.mil or Matthew Hackett at matthew.hackett.1@us.af.mil.
    Video Surveillance System (VSS) Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service is seeking a contractor for the installation of a Video Surveillance System (VSS) at the William L. Guy Federal Building located in Bismarck, North Dakota. The contractor will be responsible for purchasing and installing a new stand-alone network video management system, with the installation to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a total contract value expected to align with the NAICS code 561621, which has a size standard of $25 million. Interested contractors must ensure they are registered in the System for Award Management (SAM) and acknowledge the amendments to the solicitation, with the latest submission deadline extended to October 11, 2024, at 0900 PDT. For further inquiries, contractors can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    CCTV for bldg. 1471 and bldg. 1840 Peterson SFB
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is soliciting proposals for the installation of a modern Closed Circuit Television (CCTV) system at Buildings 1471 and 1840 on Peterson Space Force Base in Colorado. The project involves removing outdated equipment and integrating a new system that enhances security coverage, with a completion timeline of 30 days. This initiative is crucial for safeguarding government property and supporting mission objectives, reflecting the government's commitment to maintaining optimal security measures. Interested small businesses must submit their quotations by September 20, 2024, and can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Ralph E. Mayer at ralph.mayer@spaceforce.mil for further details.