N--Integrated Video and Security Management System
ID: 140P5425R0004Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at Noelli_Medina@nps.gov or by phone at 470-819-0940.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 7:05 PM UTC
The National Park Service (NPS) is planning to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with new systems for video surveillance, intrusion detection, access control, and emergency communications to improve security across various park facilities. The solicitation is expected to be published around June 1, 2025, and will be entirely set aside for Small Businesses under the NAICS code 561621. The estimated contract value is between $500,000 and $1,000,000. A firm-fixed-price contract will be awarded based on the proposals' merits, including technical capability and pricing. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria. A site visit is planned to help potential offerors understand the project's requirements, and although proposals will be due approximately 30 days post-solicitation, no additional information is available until then. The contracting office will not distribute hard copies or respond to oral inquiries, urging firms to monitor SAM.gov for updates.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
S--Unarmed Security Guard Services at NCR
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Unarmed Security Guard Services in the National Capital Region, specifically at iconic sites such as the Washington Monument, Lincoln Memorial, and White House Visitor's Center. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires vendors to provide comprehensive security personnel and resources to ensure safety and security at these high-traffic locations over a five-year period, which includes one base year and four optional years. This procurement is crucial for maintaining public safety at federally managed sites, reflecting the government's commitment to effective security measures. Interested parties must submit their proposals by April 27, 2025, and are encouraged to attend a mandatory site visit on April 3, 2025; for further inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or 202-578-9322.
63--REMOTE SOLAR SECURITY SURVEILLANCE SYSTEM
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals from small businesses for a Remote Solar Security Surveillance System, specifically the PremiumGuardPro V1 or an equivalent product. The procurement aims to enhance security measures by acquiring a mobile surveillance system capable of 24/7 monitoring, real-time communication with stakeholders, and alarm functionalities, with delivery required at the Anchorage, Alaska facility. Proposals must be submitted electronically by April 14, 2025, at 12:00 PM PT, and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, with a firm-fixed-price contract structure. Interested vendors should contact Elizabeth Adam at eadam@usgs.gov for further information and ensure compliance with all solicitation requirements.
FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. The project aims to install a modern, networked fire alarm and security system in several historical buildings, necessitating careful preservation measures due to their significance. This initiative is crucial for enhancing the safety and security of the site while maintaining its cultural and historical integrity. Proposals are due by May 2, 2025, with a project budget estimated between $500,000 and $1,000,000, and interested contractors must be registered as Service-Disabled Veteran-Owned Small Businesses. For further inquiries, contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Avigilon NVR6 - Brand Name
Buyer not available
The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified small businesses to provide Avigilon Network Video Recorder and cameras for the Wetlands and Aquatic Research Center in Gainesville, Florida. This procurement aims to enhance the existing security surveillance system by acquiring specialized components that are compatible with the pre-existing Avigilon infrastructure, ensuring operational efficiency and cost-effectiveness. The competitive Request for Quotations (RFQ) is set aside for small businesses, with responses due by April 10, 2025, at 2:00 PM MT. Interested vendors must register at https://sam.gov/ and submit their quotations via email to Mindie Dixon at mdixon@usgs.gov.
Z--Fire and Intrusion Alarms Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarm Replacement project at the Dayton Aviation Heritage National Historic Site in Dayton, Ohio. The project involves the removal of existing fire and intrusion alarm systems from five buildings and the installation of new wireless systems, with work expected to commence in June/July 2025. This project is significant for enhancing safety and security at a historic site, and it is set aside 100% for Total Small Businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the official solicitation will be available in April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515.
70RFPW25QW9000007 VSS TUCSON CAMERA ADDITION
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of additional IP cameras at the VSS Tucson Federal Officer Building located at 300 West Congress Street, Tucson, Arizona. This procurement is designated as a 100% small business set-aside and will be awarded under a firm-fixed price contract, adhering to the NAICS code 561621, which encompasses Security Systems Services. The initiative aims to enhance security infrastructure within federal facilities, reflecting the government's commitment to improving surveillance capabilities in response to evolving security challenges. Interested contractors must be registered with the System for Award Management (SAM) prior to contract award, and the Request for Quotation (RFQ) is expected to be posted on SAM.gov around March 25, 2025. For inquiries, potential offerors can contact Contract Specialist Cedric Bedgood at cedric.bedgood@fps.dhs.gov or by phone at 253-532-0365.
INL Santo Domingo 911 Camera Upgrade Phase II
Buyer not available
The U.S. Department of State's Bureau of International Narcotics and Law Enforcement Affairs (INL) is seeking proposals for the upgrade of the National Video Surveillance System in the Dominican Republic, specifically through the 911 Camera Upgrade Phase II project. This initiative aims to enhance security and law enforcement capabilities by expanding the 911 video surveillance network with the installation of 800 Axis Q1806-LE cameras and 200 PTZ network cameras, along with necessary accessories, all to be delivered within 60 calendar days post-award. The project underscores the importance of improving safety and security in the Dominican Republic while adhering to strict sourcing regulations, including the prohibition of certain foreign telecommunications equipment. Interested vendors must submit their proposals by April 21, 2025, and direct any inquiries to Mohan Krishnakumar at Krishnakumarm@state.gov or by phone at 202-664-4673.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
P--VOYA RLVC Wastewater Mound System Removal
Buyer not available
The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.