ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Video Surveillance System (VSS) at the Paul D. Wellstone Federal Building

DEPARTMENT OF HOMELAND SECURITY 70RFP425QE5000017
Response Deadline
Aug 29, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the Federal Protective Service, is seeking qualified contractors to install a Video Surveillance System (VSS) at the Paul D. Wellstone Federal Building in Minneapolis, Minnesota. The project requires contractors to provide all necessary labor, materials, and expertise in accordance with the Statement of Work, with a completion timeline of 60 business days following the "Notice to Proceed." This installation is critical for enhancing security measures at a federal facility, ensuring compliance with federal regulations and operational efficiency. Interested contractors must submit their proposals electronically by August 25, 2025, and can contact Nikki Finney at nikki.finney@fps.dhs.gov or 215-883-6773 for further information.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
N063
INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

21 Files
Attachment F - SAM - WD.pdf
PDF515 KB7/22/2025
AI Summary
The document appears to be a corrupted or unreadable government file associated with federal Requests for Proposals (RFPs), federal grants, and state or local RFPs. Due to the file's corrupted state, the main topic, key ideas, and supporting details associated with the RFPs and grants cannot be extracted or examined. RFPs typically outline funding opportunities, project specifications, and compliance requirements for potential bidders or grant applicants. Federal and state grants often detail the financial assistance available for specific projects, focusing on compliance with pre-defined parameters, objectives, and submission guidelines. Without clear content, insights into the specific programs or funding opportunities are sparse. The file likely contains critical information regarding grant criteria, eligibility, and application processes. Analysis of structured documents of this nature would generally focus on the funding mechanisms and expected impacts on targeted communities or sectors. In conclusion, while the original intent of the document may have included vital information concerning government RFPs or grants, its unreadable and corrupted format renders it challenging to determine its specific purpose or details effectively.
Attachment A - Solicitation Clauses.pdf
PDF3165 KB7/22/2025
AI Summary
The document outlines the solicitation clauses for contract number 70RFP425QE50000017, primarily focusing on the terms and conditions relevant to government acquisitions of commercial products and services. Key clauses incorporated into the contract, and accessible for further review, cover various procedural and compliance aspects such as invoicing guidelines, responsibilities of government personnel, and essential clauses pertaining to labor standards, equal opportunity, and prohibited entities based on security and ethical guidelines. Particular emphasis is placed on proper invoice preparation, detailing submission requirements, and the inclusion of specific contract-related information to facilitate processing. The role of the Contracting Officer and Technical Point of Contact in overseeing contractual obligations and performance evaluation is highlighted. Additionally, the document specifies prohibitions on contracting with entities linked to Kaspersky Lab, Huawei, or other designated foreign companies due to national security concerns. Compliance with federal laws regarding subcontractor payments, minimum wage, and labor standards is mandatory. This solicitation aims to establish clear guidelines for government entities and contractors in executing and managing federal contracts, ensuring adherence to legal and operational standards.
Attachment H1 - Historic preservation.pdf
PDF201 KB7/22/2025
AI Summary
The project titled "FPS/Intrusion Detection System and VSS Replacement" located at 212 Third Avenue South, Minneapolis, is aimed at modernizing security systems. This initiative will involve replacing the existing perimeter intrusion detection system and removing the obsolete video surveillance system, followed by the installation of updated surveillance technology. The undertaking is set to start on May 1, 2025, and end on July 1, 2025, with an estimated project cost of $285,545. Environmental reviews are scheduled to commence on June 20, 2024, with various assessments including a Senior Environmental Review and a Proponent Review. The project qualifies for categorical exclusions under existing regulations, meaning it is not expected to lead to significant environmental impacts. Key determinations show no adverse effects on public health, safety, protected species, or historic resources despite the age of the building (constructed in 1913). All relevant compliance with Federal and state regulations will be observed, ensuring proper permits are obtained. This project illustrates the government’s commitment to enhancing physical security infrastructure while maintaining environmental stewardship and compliance with established laws.
DHS Form 11000-6 NDA.pdf
PDF607 KB7/22/2025
AI Summary
The Department of Homeland Security's Non-Disclosure Agreement (NDA) establishes safeguards for accessing Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) materials. Signatories attest to their familiarity with relevant laws, including the Critical Infrastructure Information Act of 2002 and its accompanying regulations, and agree to comply with stringent standards for handling and disseminating sensitive data. The Agreement outlines crucial responsibilities, including the return of information post-engagement, strict guidelines for preserving confidentiality, and reporting security breaches. Violations may lead to severe consequences, including loss of access and potential legal action. The NDA emphasizes the importance of protecting the national interest while maintaining individual privacy and ensures compliance with existing whistleblower protections. Overall, this document serves to formalize the responsibilities of individuals granted access to sensitive government information, contributing to the security and integrity of federal operations and data management in both federal and state contexts.
Attachment G - Quotation Checklist.pdf
PDF277 KB7/22/2025
AI Summary
The document outlines the Contractor Quotation Checklist for Solicitation 70RFP425QE5000017, emphasizing the essential components required for proposal submissions in response to the government's Request for Quotation (RFQ). It details the necessity for contractors to submit consolidated technical specifications, including comprehensive lists of hardware, software, licensing requirements, and materials, ensuring compliance with the Statement of Work. Vendors must also provide two past performance forms and can use a Past Performance Questionnaire for feedback from previous contracts. The submission requires completing the SF 1449 form and an itemized price list that delineates costs for all proposed items and related services. Additionally, contractors must acknowledge any amendments to the solicitation and submit required certifications and licenses. The proposal process demands two separate emails to the designated contact, one containing all parts of the submission and the other a redacted version to protect sensitive information. The document stresses the importance of detailed compliance with submission requirements, warning that failure to adhere could lead to disqualification from consideration.
Attachment D - Past Project Form.pdf
PDF322 KB7/22/2025
AI Summary
The document is an instruction guide for completing the Past Performance Project Form as part of Solicitation 70RFP425QE5000017. It requires contractors to submit up to two past performance forms for projects completed within the last three years. Each form must contain specific details, including the contractor's name, solicitation number, customer information (full name, address), contract number, project award date, total project price, and performance period. Additionally, it must indicate if a security clearance was required and provide contact information for the contracting officer. The contractor must also disclose the geographic location of the work and verify whether a finalized Contractor Performance Assessment Report (CPARS) exists for the project. The form emphasizes the importance of detailing the nature of the work to demonstrate its relevance to the solicitation, addressing any unique requirements or performance issues encountered. It further instructs contractors to outline their involvement in resolving any problems, including compliance with labor-related investigations, thereby reflecting their overall performance integrity. The structure of the document allows for a clear and organized presentation of necessary information that evaluators will use to assess the contractor's qualifications.
Attachment B - Solicitation Provisions.pdf
PDF4017 KB7/22/2025
AI Summary
The US Department of Homeland Security's Federal Protective Service is soliciting quotes for a competitive contract to provide specified services under Solicitation 70RFP425QE5000017. The procurement process follows Federal Acquisition Regulations Parts 12, 13, and 15. Evaluations prioritize non-price factors, especially technical quality, alongside price. Offerors must submit electronic quotations by email, including specified formats and content, such as compliance with technical specifications, past performance data, and a detailed pricing list. Quotations should comprise two submissions: one complete including company information and another anonymized for technical compliance review. Relevant past performance must detail projects similar in scope completed within the last three years. Offerors are also required to comply with various federal regulations concerning labor, child labor, and materials used. A site visit is scheduled for July 30, 2025, with a questions deadline of August 7, 2025. The solicitation encourages submissions that demonstrate adherence to specified equipment standards and Section 508 compliance for accessibility. It emphasizes thorough proposal instructions, outlining that failure to meet submission requirements may result in rejection, ensuring a structured acquisition process aimed at fulfilling government contract needs effectively.
Attachment H2 - ASBESTOS LETTER.pdf
PDF53 KB7/22/2025
AI Summary
The document serves to notify the State Department/Passport Agency of the presence of asbestos-containing materials (ACM) and presumed asbestos-containing materials (PACM) within the Federal Building (MN0036ZZ). Compliance with federal regulations mandates that building owners disclose the types, locations, and quantities of these materials. Various forms of ACM and PACM, including pipe fittings, tile, vinyl flooring, and roofing materials, have been identified throughout the facility in significant quantities. In the event of construction or maintenance activities that may disturb these materials, the General Services Administration (GSA) commits to notifying relevant parties beforehand, ensuring adherence to OSHA and EPA regulations. The document emphasizes that it is critical for all contractors involved in work at the facility to be informed of ACM and PACM presence for safety and compliance purposes. The condition of these materials is actively monitored, and inspection reports are accessible for review. This assurance aims to maintain transparency and uphold safety during operations within the building, indicating the agency's commitment to health regulations and risk management.
Attachment E - Past Performance Questionnaire.pdf
PDF656 KB7/22/2025
AI Summary
The U.S. Department of Homeland Security’s Federal Protective Service is conducting a Past Performance Questionnaire to evaluate a contractor's suitability for a Video Surveillance System installation project in Minnesota. The questionnaire aims to gather insights on the contractor's prior performance, including professionalism, customer service, problem identification, management, quality control, and responsiveness to issues. Respondents are encouraged to provide detailed comments and are invited to participate multiple times if appropriate. Upon completion, responses should be sent via email to Nikki Finney at the Federal Protective Service. The feedback will inform decision-making regarding the contractor’s selection, highlighting any unique or complex project requirements. The questionnaire also includes a summative assessment of the contractor's performance, allowing evaluators to rank the contractor as highly acceptable, acceptable, or unacceptable based on the associated risk level. This process underscores the government's commitment to maintaining high standards in procurement and contract execution.
Amendment 1.pdf
PDF110 KB8/27/2025
AI Summary
This document is Amendment 0001 to Solicitation No. 70RFP425QE5000017, issued by the U.S. Department of Homeland Security, Federal Protective Service Acquisition Division. The primary purpose of this amendment is to extend the solicitation close date to August 29, 2025. The period of performance for the resulting contract will be from October 1, 2025, to November 30, 2025. It also provides contact information for the Contracting Officer, Nikki Finney. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by one of the specified methods to ensure their offer is considered.
DHS Form 11000-6 NDA.pdf
PDF607 KB8/27/2025
AI Summary
The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the terms for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) information. Signatories must comply with all applicable laws, regulations, and directives governing these information categories, including the CII Act and 49 CFR Part 1520. Key obligations include protecting information from unauthorized disclosure, reporting security violations, and surrendering all materials upon completion of duties or demand. Violations can lead to cancellation of access and potential administrative, civil, or criminal action. The agreement emphasizes the government's right to enforce its terms and conduct inspections to ensure compliance, with all conditions remaining in effect indefinitely unless explicitly released in writing.
Attachment B - Solicitation Provisions.pdf
PDF4017 KB8/27/2025
AI Summary
The US Department of Homeland Security (DHS), Office of Procurement Operations, Federal Protective Service (FPS) is seeking competitive quotes for services outlined in Solicitation 70RFP425QE5000017. The evaluation prioritizes non-price factors (technical specifications and past performance) over price, though competitive pricing is crucial for consideration. Proposals must be submitted electronically as two PDF documents by August 25, 2025, at 3:00 PM EST, with a separate email for the WinZip password. One submission must be redacted of company-specific information. Key submission components include technical specifications, past performance references (Attachment D and E), a detailed price submission, and contractual documentation. Offerors must also comply with Section 508 accessibility requirements for Information and Communications Technology (ICT) and provide various certifications, including those related to small business status, Buy American Act, and taxpayer identification. A site visit is scheduled for July 30, 2025, and questions are due by August 7, 2025.
Attachment G - Quotation Checklist.pdf
PDF277 KB8/27/2025
AI Summary
Solicitation 70RFP425QE5000017, Attachment G, outlines the mandatory submission requirements for contractors' proposals, emphasizing that failure to comply may result in disqualification. Key elements include consolidating all equipment cut sheets into a single PDF, providing detailed lists of proposed hardware and software with model/version numbers and quantities (excluding pricing), and a comprehensive list of licensing requirements. Contractors must also submit calculations for UPS/battery backup and video storage, an outline of their on-site software maintenance program, and up to two past performance project forms from the last three years. Pricing information, including an itemized price list separate from the SF 1449, labor, travel, and other costs, must be detailed. The submission requires a completed and signed SF 1449, acknowledgment of any amendments, and current licenses and certificates of insurance. Proposals must be submitted via two separate emails: one with all four parts of the quotation (Compliance with Technical Specifications, Past Performance, Price, Contract Documentation) and a second email containing only a redacted version of Part I. Strict adherence to these instructions is critical for proposal evaluation.
Attachment F - SAM - WD.pdf
PDF515 KB8/27/2025
AI Summary
No AI summary available for this file.
Attachment E - Past Performance Questionnaire.pdf
PDF656 KB8/27/2025
AI Summary
The U.S. Department of Homeland Security, Federal Protective Service, is issuing a Past Performance Questionnaire (Solicitation: 70RFP425QE5000017) to evaluate contractors for a Video Surveillance System (VSS) installation in Minnesota. The questionnaire seeks feedback on a contractor's past performance from previous clients, focusing on professionalism, customer service, problem-solving, staffing, management, and quality control. Respondents are asked to describe project scope, contract details, and provide comments on various performance aspects. The survey also asks if the contractor would be rehired and to rate their overall performance as highly acceptable, acceptable, or unacceptable. The completed questionnaire should be emailed to Nikki Finney at nikki.finney@fps.dhs.gov.
Amendment 2.pdf
PDF145 KB8/27/2025
AI Summary
No AI summary available for this file.
Attachment H1 - Historic preservation.pdf
PDF201 KB8/27/2025
AI Summary
The Department of Homeland Security (DHS) Headquarters has approved the 'FPS/ Intrusion Detection System and VSS Replacement' project at 212 Third Avenue South, Minneapolis, Minnesota, with an estimated cost of $285,545. The project, identified by DSS-DHS HQ-2024-19798, involves replacing the existing perimeter intrusion detection system and installing a new video surveillance system in a building constructed in 1913. This action is categorically excluded from further environmental documentation under DHS CATEX A5, B8*, and B9*, as it is not a segmented project, does not involve extraordinary circumstances, and is not expected to cause significant adverse environmental impacts. The review found no significant effects on public health, safety, protected species, environmentally sensitive areas, or historic resources, and no violation of environmental laws. General Services Administration (GSA) consultation regarding historic preservation was conducted. The project is slated to begin on May 1, 2025, and conclude by July 1, 2025.
Attachment A - Solicitation Clauses.pdf
PDF3165 KB8/27/2025
AI Summary
This government solicitation (70RFP425QE50000017) outlines contractual clauses, administrative data, and personnel responsibilities for federal contracts. It incorporates various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses by reference, covering areas such as system for award management, identity verification, commercial product terms, biobased product reporting, and government property. Key administrative details include standardized invoicing procedures, submission methods (mail or email), and required information on invoices. The document defines the roles and responsibilities of the Contracting Officer (CO) and the Contracting Officer Representative/Technical Point of Contact (COR/TPOC), emphasizing the CO's authority in contract modifications and dispute resolution. It also details mandatory FAR clauses for commercial products and services, including prohibitions on contracting with entities using Kaspersky Lab products or certain telecommunications equipment from covered foreign countries (e.g., Huawei, ZTE, Hikvision), and mandates accelerated payments to small business subcontractors. The solicitation also includes specific clauses regarding minimum wages for contractor workers under Executive Order 14026 and prohibits contracts for Federal Protective Service guard services with business concerns owned, controlled, or operated by individuals convicted of a felony.
Attachment H2 - ASBESTOS LETTER.pdf
PDF53 KB8/27/2025
AI Summary
The General Services Administration (GSA) sent a notification to the State Department/Passport Agency in March 2023 regarding the presence of asbestos-containing materials (ACM) and presumed asbestos-containing materials (PACM) in the Federal Building (MN0036ZZ). This notification is mandated by the Code of Federal Regulations to ensure awareness of these materials. The document details various ACM/PACM types, their locations, and quantities, including pipe fitting insulation, HVAC sealant, floor tile, window caulk, transite panels, and roofing materials. The GSA assures that all relevant OSHA and EPA regulations for ACM/PACM maintenance, removal, and disposal are strictly followed, with only licensed contractors employed. They also commit to notifying the State Department/Passport Agency of any construction or maintenance activities that may disturb these materials. Furthermore, all contractors working in the facility must be informed of the ACM/PACM presence, and tenant agencies performing construction must notify GSA Property Management. The condition of all ACM and PACM is monitored, and inspection reports are available for review. For questions, the Property Management staff can be contacted.
Attachment D - Past Project Form.pdf
PDF322 KB8/27/2025
AI Summary
The Past Performance Project Form, part of Solicitation 70RFP425QE5000017, guides contractors in submitting up to two past performance examples from the last three years. Each submission requires a detailed form covering 13 items. These include the offeror's name, solicitation number, customer details (name, address, contract number, award date, total project price, and period of performance), and security clearance requirements. The form also asks for the contracting officer's contact information, work locations, and an indication of whether a finalized Contractor Performance Assessment Report (CPARS) is available. Finally, contractors must describe the nature and scope of the work, highlighting its relevance to the current solicitation, any unique requirements, problems encountered, and corrective actions taken, including any Department of Labor investigations. This form is crucial for evaluating a contractor's relevant experience and performance history.
70RFP425QE5000017.pdf
PDF195 KB8/27/2025
AI Summary
The document is a Request for Quotes (RFQ) issued by the U.S. Department of Homeland Security for the installation of a Video Surveillance System (VSS) at the Paul D. Wellstone Federal Building in Minneapolis, Minnesota. It outlines the government's requirements for contractors to provide all necessary labor, materials, and expertise per the Statement of Work (SOW). The RFQ details inspection rights, contractor responsibilities, and the applicability of the Service Contract Act, specifying wage determinations. Key points include the project completion timeline, which is set for 60 business days following the "Notice to Proceed," and a site visit scheduled for July 31, 2025. Contractors are encouraged to review the entire RFQ to ensure compliance and eligibility for consideration. The document specifies the period of performance for the project and outlines maintenance of the security equipment as an ongoing requirement. Overall, the RFQ seeks to engage qualified contractors for the provision and maintenance of a video surveillance system, ensuring adherence to federal regulations and operational efficiency.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 22, 2025
amendedAmendment #1· Description UpdatedAug 25, 2025
amendedLatest AmendmentAug 27, 2025
deadlineResponse DeadlineAug 29, 2025
expiryArchive DateSep 13, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
OFFICE OF PROCUREMENT OPERATIONS
Office
FPS EAST CCG DIV 4 ACQ DIV

Point of Contact

Name
Nikki Finney

Place of Performance

Minneapolis, Minnesota, UNITED STATES

Official Sources