Purchase/Install Intrusion Detection System (IDS) - Richmond, VA
ID: 70RFP325QE3000020Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 3 ACQ DIVPHILADELPHIA, PA, 19106, 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 Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking quotes for the purchase and installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, Virginia. The project involves removing the existing IDS and installing a new system that includes components such as an alarm control panel, alarm keypads, and wireless transmitters, aimed at enhancing security for federal facilities. This procurement is critical for maintaining robust security measures in compliance with federal standards, ensuring the safety of government properties. Interested vendors must submit their quotes by May 30, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on April 29, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.

    Files
    Title
    Posted
    The document outlines an amendment to a solicitation from the U.S. Department of Homeland Security (DHS) pertaining to the installation of a new Intrusion Detection System (IDS). This amendment extends the proposal due date to May 30, 2025, at 4:00 PM EST, due to the government's need to review and respond to questions received regarding the Request for Quotation (RFQ). It specifies how contractors must acknowledge receipt of the amendment and outlines that any changes to previously submitted offers must be communicated in writing. The amendment reaffirms that all other terms and conditions remain unchanged. This document reflects standard procedures in government procurement processes and emphasizes the importance of proper documentation and timelines in federal contracting. Overall, it serves to ensure that contractors are informed and comply with deadlines and requirements surrounding the solicitation.
    The document serves as an amendment to a solicitation by the U.S. Department of Homeland Security, specifically regarding the purchase and installation of a new Intrusion Detection System (IDS). This amendment modifies the existing solicitation by providing responses to questions received and revising specific pages of the initial Request for Proposal (RFP). It indicates that offers must acknowledge this amendment prior to the specified deadline, and any changes to offers must be communicated in writing. The amendment also includes critical updates to the Special Provisions and Statement of Work (SOW), with revisions clearly marked. The submission deadline is set for May 30, 2025, at 4:00 PM EST, with a performance period from August 1, 2025, to October 1, 2025. All previous terms and conditions remain in effect unless altered by this amendment, emphasizing the importance of compliance in government contracting processes.
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), requests quotes for the installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, VA. This initiative includes removing outdated IDS equipment and replacing it with advanced systems to enhance security for federal facilities. A pre-proposal conference and site visit are scheduled for April 29, 2025, before quotes submissions due by May 16, 2025. Bidders must provide pricing that encompasses labor, materials, and all required specifications, ensuring compliance with established regulations, including H.R. 5515, which prohibits specific telecommunications equipment from certain foreign companies. The project aims for completion between June 1, 2025, and August 1, 2025, ensuring a robust security infrastructure as mandated by federal standards, pertinent for safeguarding federal properties against various threats. Contractors are expected to maintain thorough documentation and compliance pertaining to the installation and ongoing maintenance specifications outlined in the statement of work.
    The document is marked as "Sensitive but Unclassified" and reiterates the importance of proper handling and disposal of government materials. It emphasizes that these documents are the property of the U.S. government and for official use only, urging that they not be removed and must be properly destroyed or returned once no longer needed. While the file does not contain specific details about federal or state local RFPs or grants, it reinforces protocols related to the confidentiality and security of government documents. The context implies that adherence to these protocols is critical in the management and processing of governmental contracts and proposals, which are fundamental to public sector operations.
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts in certain Virginia counties. Key points include the minimum wage requirements based on Executive Orders 14026 and 13658, with applicable rates of at least $17.75 per hour for contracts awarded after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document provides detailed wage rates for various occupations from administrative roles to technical positions and lists fringe benefits, such as health and welfare compensation of $5.36 per hour. Additional information on paid sick leave under Executive Order 13706 is also highlighted. The purpose of this wage determination is to ensure that federal contractors comply with minimum wage standards and provide fair labor practices, particularly when engaging in contracts with the federal government. This framework is crucial for RFPs and grants, as it sets guidelines for contractor obligations regarding worker compensation and benefits, aligning with federal labor policies. The document emphasizes the importance of adhering to these standards to promote fair and equitable employment in government-funded projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway (GWMP). The procurement involves a Firm-Fixed-Price (FFP) contract with a one-year base period and four one-year option periods, totaling five years, aimed at ensuring the systems are free from errors and malfunctions while providing 24-hour monitoring. This contract is critical for maintaining safety and security across various facilities within the parkway, requiring NICET Level II certified technicians for fire alarms and state-licensed technicians for intrusion detection systems. Interested parties must submit their quotes by December 12, 2025, and direct any inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    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.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Buyer not available
    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.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    RFI PHARMACY TEMPERATURE MONITORING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.