N--Upgrade Video Wall and Provide Annual Service - Lake Mead National Recreation A
ID: 140P8125Q0006Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to upgrade the video wall system at Lake Mead National Recreation Area. The project involves the installation of four new video encoder inputs from the Milestone CCTV System, along with a one-year service agreement and potential extensions for up to three additional years. This upgrade is crucial for enhancing public safety operations across 1.5 million acres, as it will facilitate the management of approximately 330 CCTV cameras. Interested vendors must submit competitive quotes, including a project narrative and evidence of past experience, by the specified deadline to the contracting officer, Bradley Metler, at Bradley_Metler@nps.gov. The project timeline for installation and training is set from March 2025 to June 2025, with service agreements commencing in July 2025.

    Point(s) of Contact
    Metler, Bradley
    Bradley_Metler@nps.gov
    Files
    Title
    Posted
    The Lake Mead National Recreation Area (NRA) is initiating a project to upgrade its video wall system at the Interagency Communications Center. This upgrade will enhance public safety operations by adding four video encoder inputs from the Milestone CCTV System, vital for monitoring approximately 330 CCTV cameras across 1.5 million acres. The project involves installing and configuring new equipment, including network video encoders, touch screen control panels, and an audio processor, along with providing training for dispatch personnel. The service agreement will span from February 1, 2025, to April 30, 2027, with an option for two additional years of support. The installation personnel must pass background checks as per FBI CJIS Security requirements to access secure areas. The RFP includes a detailed quote package addressing equipment costs, installation services, and past performance, ensuring that potential contractors demonstrate relevant experience. This project underscores the government's commitment to enhancing safety and operational efficiency within national parks while complying with stringent security measures.
    The Lake Mead National Recreation Area seeks to upgrade its video wall system and continue annual service agreements through a Request for Proposal (RFP). The project includes adding four video encoder inputs from the Milestone CCTV System, which is crucial for public safety operations at the Interagency Communications Center. Key objectives are to install new encoders, reconfigure existing touch screens, replace the audio processor, and provide training and updated documentation for dispatch personnel. The initial performance period is from February 1, 2025, to April 30, 2027. Contractor personnel must pass background checks due to FBI CJIS security regulations. Submissions must include a price schedule for equipment and services, relevant experience, past performance details, key personnel, and a technical approach. The initiative underscores the government’s emphasis on enhancing communication and situational awareness tools for improved operational efficiency within national recreation areas.
    The National Park Service (NPS) intends to issue a sole source award to Conference Technologies Inc. for upgrading the video wall system at the Lake Mead National Recreation Area (NRA) and providing an annual service agreement. This decision is made under FAR Subpart 13.106-1(b), which allows for procurement from a single responsible source when no other supplies or services meet the agency's needs. Conference Technologies Inc. has the capability to perform the necessary upgrades and can mobilize with the required equipment to the NRA. The relevant NAICS code is 334220, covering communications equipment manufacturing. The NPS plans to issue a firm-fixed-price purchase order within five days. Interested parties who believe they can fulfill these requirements have until January 17, 2025, to respond in writing. This notice serves as an invitation for competitive responses but does not constitute a solicitation for bids.
    The Lake Mead National Recreation Area seeks contractors for a project to upgrade its video wall, enhancing it with four new video encoder inputs from the Milestone CCTV System. This project encompasses the installation, a one-year service agreement, and potential annual service extensions for up to three additional years. The communications center oversees public safety across 1.5 million acres and requires this upgrade to manage around 330 CCTV cameras effectively. Key tasks include installing new encoders, reconfiguring touch screen control panels, replacing an audio processor, and delivering system training. Strict background checks are mandated for contractors to ensure security compliance, particularly for access to sensitive areas. The project timeline is set from March 2025 to June 2025 for installation and training, with service agreements starting from July 2025. Interested vendors are invited to a site visit, emphasizing transparency and collaboration. This document aligns with government contracting processes, ensuring public safety and operational efficiency through upgraded technology and continuous service support.
    The document outlines Wage Determination No. 2015-5593 for the Service Contract Act, issued by the U.S. Department of Labor. This determination provides minimum wage rates for various occupations in Clark County, Nevada, specifically for government contracts subject to the Act. Key highlights include: - Contracts entered into after January 30, 2022, require a minimum wage of $17.75 per hour under Executive Order 14026 for covered workers, while contracts awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $13.30 under Executive Order 13658. - A table lists various occupations along with corresponding hourly wage rates, reflecting different roles in administrative support, automotive service, food preparation, health professions, and more. - Employees are entitled to fringe benefits, including health and welfare contributions, vacation, paid sick leave, and holiday pay. The document serves as a resource for contractors and agencies participating in federally funded contracts, ensuring compliance with wage and benefit regulations. By establishing clear compensation standards, it supports labor fairness and adherence to federal guidelines in the employment sector.
    The document outlines a Request for Quotation (RFQ) #140P8125Q0006 issued by the National Park Service (NPS) for the upgrade of the video wall system at Lake Mead National Recreation Area. The acquisition includes the provision of four additional video encoder units, installation services, implementation, training, and a service agreement for multiple years, extending from March 2025 to June 2029. This solicitation is designated as a total small business set aside under NAICS code 334220, with a small business size standard of 1,250 employees. Vendors are required to submit competitive quotes that include a project narrative, price breakdown, technical specifications, and evidence of past relevant experience. Offers must be evaluated based on price, technical capabilities, prior experience, and past performance, with total prices for options added to the basic requirement during evaluation. The RFQ specifies that offers must comply with various federal acquisition regulations, and submissions must be made via email to the contracting officer, Bradley Metler. The document emphasizes the importance of adherence to specified procedures, including participation in the System for Award Management (SAM) at the time of quote submission. Overall, this initiative reflects the government's commitment to enhancing technological capabilities at its facilities through strategic contracting with qualified small businesses.
    Similar Opportunities
    SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing surveillance capabilities by installing a network-based security camera system that includes three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor security and operational efficiency at the historic site, with a required delivery date for the installation set for April 1, 2025. Interested bidders must submit detailed quotations via email, demonstrating their capabilities and compliance with federal requirements, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the National Park Service's commitment to environmental integrity and infrastructure maintenance, with the performance period scheduled from March 31, 2025, to May 12, 2025. Interested contractors must submit their quotes by February 25, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further inquiries.
    CRLA 245275 - Intelligent Transportation System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of an Intelligent Transportation System (ITS) at Crater Lake National Park, under solicitation number 140P2025R0017. The project aims to enhance visitor safety by installing solar-powered, radar-activated roadway signs, portable changeable message signs, and web cameras to monitor conditions, with a construction magnitude estimated between $250,000 and $500,000. This initiative is crucial for improving traffic flow and reducing accidents within the park, reflecting the National Park Service's commitment to operational efficiency and visitor safety. Interested small businesses must submit sealed bids within 10 calendar days following the award notice, with project completion anticipated within 120 days; for inquiries, contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035.
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with specific tasks outlined in the Statement of Work (SOW) including infrastructure verification and installation of new components. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to federal regulations and environmental compliance standards. Interested contractors must submit their proposals by February 26, 2025, with the performance period set from March 1, 2025, to June 30, 2025. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    N--A/V Equipment and Installation Requirement
    Buyer not available
    The Department of the Interior is seeking qualified contractors for the design and installation of audio/visual (A/V) equipment at the Denver Federal Center, as outlined in solicitation number 140D0425Q0226. The procurement requires comprehensive design services, equipment installation, and staff training, with a performance period from March 28, 2025, to September 27, 2025. This project is crucial for enhancing communication and operational efficiency within the Office of Restoration and Damage Assessment (ORDA), ensuring that the A/V systems meet specific requirements for various meeting formats. Interested contractors should contact Catherine Mattocks at catherinemattocks@ibc.doi.gov or call 703-964-8409 for further details, and proposals must adhere to the guidelines set forth in the solicitation documents.
    GRCA INSTALL CONCRETE PAD & ELECTRICAL
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the installation of a concrete pad and electrical utilities to support a climate-controlled seed storage unit at Grand Canyon National Park. The project aims to ensure proper seed storage conditions, which are critical for maintaining seed viability, with specific tasks including site evaluation, concrete placement, and electrical work scheduled between March 10, 2025, and April 30, 2025. This procurement is part of broader conservation efforts within the park, emphasizing the importance of sustainable practices in managing natural resources. Interested contractors should direct inquiries to Stephen Loftus at stephenloftus@nps.gov or call 202-354-2267, with all submissions required by the specified deadlines outlined in the solicitation documents.
    N059--Yuma AZ Community Based Outpatient Clinic New Camera Install
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of a new camera system at the Yuma Community Based Outpatient Clinic in Arizona. The project requires two technicians to work for ten hours on a single day to set up an 8-channel NVR recorder with four megapixel cameras and an HDMI VGA monitor, with all labor, materials, equipment, and transportation provided by the contractor. This initiative is part of the government's effort to ensure compliance with federal regulations and to promote opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must submit their qualifications, including their Unique Entity ID, Cage Code, and Tax ID, by February 24, 2025, and must be registered in the System for Award Management (SAM) and certified by VetCert through the SBA. For further inquiries, contractors can contact Mirna Gastelum Romero at Mirna.GastelumRomero@va.gov.
    N--ELECTRONIC SECURITY SYSTEM UPGRADE C58
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for an Electronic Security System Upgrade at the Wind River Agency Adult Detention Center in Fort Washakie, Wyoming. This project aims to enhance the facility's security infrastructure by installing modern systems, including CCTV, access control, intercoms, and duress alerts, with a budget estimated between $250,000 and $500,000. The upgrade is crucial for improving safety protocols and operational efficiency, reflecting the federal government's commitment to secure environments in detention facilities. Interested contractors must submit their quotes via email by February 26, 2025, and are encouraged to attend a site visit on February 12, 2025; for inquiries, contact Kathy Eder at Kathy.Eder@bia.gov or 406-247-7941.
    EVERGLADES MSD VISITOR CENTER EXHIBITS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the design, fabrication, and installation of interpretive exhibits at the Marjory Stoneman Douglas Visitor Center in Everglades National Park, Florida. The project aims to create museum-quality exhibits that enhance visitor engagement with the Everglades ecosystem while adhering to accessibility and design standards. This initiative is part of a broader effort to revitalize educational resources and improve public access to the park's cultural and ecological heritage. The anticipated contract value ranges from $220,000 to $230,000, with proposals due electronically by March 19, 2025. Interested parties can contact Robert Adamson at robertadamson@nps.gov or by phone at 301-502-0076 for further information.