Installation of Video Surveillance System (VSS)
ID: 70RFP425QE5000008Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 4 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, through the Federal Protective Service, is soliciting proposals for the installation of a Video Surveillance System (VSS) at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. The project requires contractors to provide all necessary labor, materials, and management to replace existing surveillance equipment, including the installation of eight external cameras and a 32TB recording server, with potential upgrades based on requirements. This initiative underscores the government's commitment to enhancing security infrastructure at federal facilities, ensuring compliance with safety regulations and operational integrity. Interested contractors must submit their proposals by July 28, 2025, and can direct inquiries to Danielle DiMedio at danielle.dimedio@fps.dhs.gov or Nikki Finney at Nikki.finney@fps.dhs.gov.

    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) for the installation of a Video Surveillance System (VSS) at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. Under the contract number 70RFP425QE5000008, the federal government seeks a contractor to provide all necessary labor, materials, and management to complete the installation according to a Statement of Work (SOW). The RFQ adheres to Federal Acquisition Regulation (FAR) guidelines, emphasizing compliance with the Service Contract Act and including the applicable wage determination. A government inspection will ensure equipment functionality and compliance upon installation. The contractor must also provide ongoing maintenance and support for the VSS over a projected performance period spanning five years, from September 2025 to August 2030. Interested contractors are encouraged to attend a site visit scheduled for June 5, 2025, and submit questions by June 12, 2025. This RFQ illustrates the federal government's commitment to enhancing security infrastructure at critical facilities while promoting transparency and competitive bidding in the procurement process.
    The document pertains to the amendment of solicitation 70RFP425QE5000008, which involves a Video Surveillance System (VSS) upgrade at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. Key updates include a rescheduled site visit on June 24, 2025, with a registration deadline of June 23, requiring registrants to provide personal and vehicle information. Additionally, inquiries regarding the request for quotation (RFQ) must be submitted via email by June 27, 2025. The closing date for the solicitation has been extended to July 14, 2025, at 3:00 PM ET. The period of performance for the awarded contract is set from September 1, 2025, to August 31, 2030. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. This amendment serves as an important communication for potential contractors within the framework of federal procurement processes, ensuring all parties are informed of crucial deadlines and requirements for participation.
    This document is an amendment to solicitation number 70RFP425QE5000008 issued by the U.S. Department of Homeland Security's Federal Protective Service. The amendment primarily updates the closing date for proposals related to the installation of a Video Surveillance System (VSS) at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. The new closing date is now set for July 22, 2025, at 3:00 PM ET. All other terms and conditions remain unchanged. The amendment outlines procedures for acknowledging receipt of the amendment, which must be done before the newly established deadline, or risk rejection of the offers. Additionally, it includes provisions for modifying existing offers as needed. The broader context of this document is its role as part of government procurement, indicating ongoing federal efforts to enhance security through upgraded surveillance technology in federal facilities. This amendment underscores the importance of adhering to stipulated timelines and requirements in government contracting processes.
    The document pertains to Amendment 0004 of Solicitation 70RFP425QE5000008, issued by the Federal Protective Service of the U.S. Department of Homeland Security for a Video Surveillance System (VSS) upgrade at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. The amendment includes vendor responses to questions, as well as access to floor plans for the site, which require a signed Non-Disclosure Agreement to obtain. The period of performance for the project is set from September 1, 2025, to August 31, 2030. All other solicitation terms and conditions remain unchanged. The document underscores the importance of acknowledging the receipt of amendments by contractors to avoid the rejection of offers, highlighting standard practices related to government procurement processes.
    The document details an amendment to solicitation number 70RFP425QE5000008, which pertains to a video surveillance system (VSS) upgrade at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. The main change in this amendment is the extension of the closing date for offers to July 28, 2025, at 3:00 PM ET. Additionally, it clarifies the process for acknowledging receipt of the amendment, stating that failure to do so may lead to rejection of the offer. The amendment reinforces that all other terms and conditions of the original solicitation remain unchanged. The contract period for the VSS upgrade project is specified to last from September 1, 2025, to August 31, 2030. This amendment is issued by the Federal Protective Service Acquisition Division under the Department of Homeland Security, emphasizing procedural compliance for contractors involved in federal procurements. Overall, this document reflects the typical processes and guidelines associated with federal RFP modifications.
    The document is an amendment to Solicitation No. 70RFP425QE5000008, issued by the U.S. Department of Homeland Security, concerning the upgrade of a Video Surveillance System (VSS) at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. The amendment outlines the requirement for contractors to acknowledge receipt of the amendment in their submissions, with specific instructions on submission methods and deadlines. Key clarifications include detailed specifications for hardware components in Attachment G, such as camera/surveillance hardware and associated materials like mounts and cables. Additional directives specify camera placement for optimal coverage and confirm that a UPS is not needed at the workstation in the Federal Protective Service office. Importantly, the period of performance for the project is set from September 1, 2025, to August 31, 2030. All original terms and conditions of the solicitation remain unchanged, thereby preserving the integrity of the overall contract framework.
    The document is an amendment to Solicitation 70RFP425QE5000008 concerning a Video Surveillance System (VSS) upgrade at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, Ohio. This amendment specifies that the updated Statement of Work (SOW) replaces the original and notably removes Section E.21 entirely. It emphasizes that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment by specific methods prior to the offer submission deadline to avoid rejection. The contract period is noted as commencing on September 1, 2025, and concluding on August 31, 2030. The amendment serves to clarify project requirements and ensure compliance with procurement processes within the Department of Homeland Security’s Federal Protective Service. This document reflects the ongoing federal initiative to enhance security measures through updated technology while adhering to formal procurement protocols.
    The Department of Homeland Security's Non-Disclosure Agreement (NDA) governs access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) information. Signers commit to understanding and complying with regulations surrounding these sensitive information categories as outlined in the Critical Infrastructure Information Act of 2002 and related directives. The agreement establishes responsibilities for safeguarding this information, reporting security violations, and returning information upon the conclusion of access or engagement. It also details the consequences of violations and clarifies that the NDA does not supersede existing disclosure rights to Congress or authorized officials. The signing parties acknowledge that all obligations remain in effect during and after their access to sensitive information. This NDA is crucial for maintaining national security and protecting information integral to federal programs, essential in contexts related to government RFPs, federal grants, and state and local proposals, where sensitive data may be involved. The contract not only emphasizes security compliance but also outlines the legal implications for breaches, ensuring accountability among authorized individuals.
    The document addresses vendor inquiries regarding the installation of a Video Surveillance System (VSS) at the Thomas D. Lambros Federal Building and U.S. Courthouse in Youngstown, OH. Key points include facility specifications such as its construction year (1993), dimensions (44,609 square feet), and the presence of a reliable power supply and existing cable infrastructure. The Statement of Work specifies the replacement of eight external cameras of various models, adhering to a one-for-one system upgrade, while additional equipment such as a 32TB recording server is needed, potentially increased to 56-60TB based on requirements. Contractors are responsible for all components including cabling, connectors, and installation, as the government will not provide equipment. The document emphasizes the need for continuous live camera access and a UPS system to ensure operation during power outages. Clarifications are made regarding the dimensions of required hardware desks and racks, reaffirming equipment sourcing responsibilities lie with the vendor. This RFP highlights the government’s focus on physical security improvements within federal facilities, underscoring the importance of reliable surveillance systems for security compliance and operational integrity.
    Lifecycle
    Title
    Type
    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.
    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.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    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 qualified contractors for the roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project involves removing and replacing a 9FT x 48FT flat roof section, installing flashing and sealant, and disposing of old roofing materials, with a performance period of 45 calendar days. This procurement, estimated to be under $25,000, emphasizes compliance with federal, state, and local regulations, including safety and environmental standards. Interested contractors 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 with MKC Gavin Kozak at (915) 238-8287 to develop accurate quotes.
    CCTV Installation
    Buyer not available
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver) CAMERAS ONLY
    Buyer not available
    The Department of Veterans Affairs is conducting market research for a construction contract titled "648-20-121 Construct Campus Security Fence and Access Control (Vancouver)," specifically focusing on the installation of security cameras compatible with an existing Avigilon brand system at the Vancouver campus of the Portland VAMC. The project entails constructing a new security fence, including features such as motorized and personnel gates, vehicle fortifications, and a comprehensive camera system to enhance campus security. This initiative is crucial for maintaining a secure environment for the medical center, which operates 24/7, and requires careful planning to minimize disruption during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to respond by December 10, 2025, at 12:00 PM Pacific, providing their contact information, business classification, capabilities statement, and details on compatible products to the Contract Specialist, Meredith Valentine, at meredith.valentine@va.gov.
    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.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    PEVI AV System
    Buyer not available
    The National Park Service is seeking proposals from qualified small businesses for the installation of an audio/visual (AV) system at Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, Ohio. The project aims to modernize the visitor center auditorium's AV capabilities to enhance visitor experience and improve operational efficiency, including the integration of new presentation features and accessibility enhancements. This firm-fixed price contract is expected to be awarded around December 2025, with a performance period of 180 days, and proposals are due by December 19, 2025, at 12:00 PM ET. Interested parties should submit their proposals via email to Jordan Ellis at jordanellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.
    FCC Coleman SUPPLY- 2 Hexagon Decoder, 2 Hexagon Recorder, 1 Hexagon Core/Sub Core Server,
    Buyer not available
    The Department of Justice, Federal Bureau of Prisons, is soliciting bids for the procurement of specific Hexagon brand security equipment for the FCC Coleman facility in Florida. The requirement includes two Hexagon Decoders (model QHW-NVD-5204-S2), two Hexagon Recorders (model HW-VR-9610-R6-80TB), and one Hexagon Core/Sub Core Server (model HW-VM-5000-CORE), all of which must be programmed with the latest operating software to ensure compatibility with the existing Qognify security camera system. This acquisition is critical for maintaining the operational integrity of the prison's security infrastructure, as the components must seamlessly integrate into the current system. Interested vendors must submit their proposals by September 30, 2025, at 8:00 AM ET, to Joshua Rosa-Garcia at jrosagarcia@bop.gov, and ensure that all items are delivered within 45 calendar days of the order execution.