REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
ID: 140P4226Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at Debbie_Coles@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The bid schedule 140P4226Q0001 SHEN outlines the replacement of surveillance cameras at four entrance stations and two visitor centers within Shenandoah National Park. The base project involves removing existing cameras and wiring, installing 40 NDAA-compliant security cameras with mounts and weatherproof housings, 800 linear feet of CAT6 and power wiring, four network switches and PoE injectors, 223 hours of labor, and four units of testing and commissioning. Training for park staff is also included. Optional CLINs cover additional camera installations at the Byrd Visitor Center (one camera) and Dickey Ridge Visitor Center (two cameras), including associated mounts, wiring, network equipment, labor, and testing. The project aims to upgrade the park's surveillance infrastructure with modern, compliant equipment.
    This government file, General Decision Number VA20250008, outlines prevailing wage rates for building construction projects in specific Virginia counties and cities, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists wage rates and fringes for various craft classifications like asbestos workers, power equipment operators, carpenters, electricians, plumbers, and truck drivers. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The file provides guidance on wage determination appeal processes, including initial decisions and requests for review and reconsideration through the Department of Labor's Wage and Hour Division and the Administrative Review Board. It explains different rate identifiers (Union, Union Average, Survey, State Adopted) and their update mechanisms.
    The General Decision Number VA20250168 outlines prevailing wage rates for building construction projects in Warren County, Virginia, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts in 2025, with annual adjustments. The document provides specific wage rates and fringe benefits for various construction trades, including asbestos workers, boilermakers, bricklayers, electricians, ironworkers, painters, plumbers, and truck drivers. It also includes information on paid holidays for certain classifications and references Executive Order 13706 for paid sick leave for federal contractors. The file describes different rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determinations, directing inquiries to the WHD Branch of Wage Surveys or Construction Wage Determinations, and further appeals to the Wage and Hour Administrator or the Administrative Review Board.
    General Decision Number VA20250014, issued on September 19, 2025, supersedes VA20240014 for building construction projects in Augusta County, Virginia, including Staunton and Waynesboro. This document outlines prevailing wage rates for various construction trades under the Davis-Bacon Act and related acts, excluding single-family homes and apartments up to four stories. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour for contracts entered into or extended on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not extended). The document also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. Wage rate identifiers (Union, Union Average, Survey, State Adopted) and an appeals process for wage determinations are also described.
    The provided document is a map detailing Skyline Drive, a scenic route within Shenandoah National Park. It outlines key points of interest, including visitor centers, overlooks, entrances, and various facilities such as campgrounds and picnic grounds. The map specifies distances to nearby towns like Front Royal, Washington D.C., and Harrisonburg, and identifies geographical features like mountains, rivers, and gaps. It also highlights important information such as tunnel clearances and the highest peak in the park. The document serves as a guide for visitors, providing a comprehensive overview of the park's layout and amenities, essential for planning routes and activities within the federal park land.
    The National Park Service (NPS) is issuing Solicitation No. 140P4226Q0001 for the replacement of surveillance cameras at Shenandoah National Park (SHEN) in Virginia. This is a small business set-aside acquisition with an estimated magnitude between $100,000.00 and $250,000.00. The project involves removing existing cameras, wiring, and conduit at four entrance stations and installing new NDAA-compliant security cameras, mounts, weatherproof housings, conduit, wiring, network switches, and PoE injectors. Two optional line items include installing cameras at the Byrd Visitor Center and Dickey Ridge Visitor Center. The contract performance period is 90 calendar days from the notice to proceed. A site visit is scheduled for December 18, 2025. The solicitation includes various federal acquisition regulations, clauses related to labor standards, environmental protection, and subcontractor requirements, with a strong emphasis on compliance and safety.
    The National Park Service (NPS), Midwest Region IT Branch, is soliciting proposals to replace physical security cameras at six locations within Shenandoah National Park. This project, dated April 18, 2025, involves removing existing cameras, wiring, and conduit, then installing new IP network cameras, cabling, and conduit. The new system will integrate with the park's Milestone VMS XProtect Corporate 2019 R2 (or current version) for enhanced remote monitoring. The project includes four base locations (Front Royal, Thornton Gap, Swift Run, and Rockfish Entrance Stations) and two optional visitor centers (Byrd and Dickey Ridge). All cameras must be IP-connected, PoE capable, and environmentally rated for year-round operation, with specific resolution and compression requirements. The contractor is responsible for all cabling installations, which must adhere to strict industry standards (e.g., Cat6A, NEC, ANSI/TIA/EIA), including hidden installations due to historical building considerations. Key deliverables include an installation plan, project schedule, Accident Prevention Plan, and comprehensive as-built documentation. The period of performance is 90 days from contract award, with specific hours of operation and safety requirements outlined.
    The document, titled "FAR CLAUSE 52.219-14, SUBCONTRACTING PERCENTAGE WORKSHEET," is a guide from the United States Department of the Interior, National Park Service, for calculating subcontracting labor percentages. It is specifically tied to SOLICITATION 140P4225Q0063 for replacing surveillance cameras. The worksheet details a step-by-step process for prime contractors and subcontractors to determine direct labor, fringe benefits, labor General and Administrative (G&A) costs, and total labor costs. It provides an Excel-based calculation method and a manual formula to ascertain the subcontracting labor percentage. The document also highlights the requirement for labor overhead to be allowable under FAR 31.205-6(m) and emphasizes that, for general construction, the government will not pay more than 85% of the contract performance amount (excluding materials) to subcontractors that are not similarly situated entities, ensuring prime contractors or similarly situated entities perform a minimum of 15% of the work. This ensures compliance with federal acquisition regulations regarding subcontracting limitations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    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. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.