Sources Sought Notice - Video Surveillance System Maintenance and Repairs
ID: PAN007445Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, is seeking sources for the maintenance and repair of Video Surveillance Systems (VSS) at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure the operational reliability of the VSS through a contract that includes preventative maintenance, corrective maintenance, and on-call repairs, structured as a hybrid Firm Fixed Price/Time & Materials agreement with a base year and four optional renewal years. This service is critical for maintaining security at the depot, and interested small businesses must submit a capabilities statement by 12:01 p.m. EST on May 2, 2025, to Deborah Belak at deborah.belak.civ@army.mil, referencing synopsis number PAN007445. No funds are available for the preparation of responses, and all submissions will be treated as voluntary and confidential.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract aimed at providing maintenance and repair services for the Video Surveillance System (VSS) at Tobyhanna Army Depot. This non-personal service contract includes preventative maintenance, corrective maintenance, and on-call repairs essential for ensuring the operational reliability of the VSS, which is critical for depot security. The contract, structured as a hybrid Firm Fixed Price/Time & Materials agreement, spans one base year with four optional renewal years at the government's discretion. The contractor is responsible for maintaining all existing and newly installed VSS components and must adhere to defined quality control measures, including developing a Quality Control Plan. Key responsibilities include conducting semi-annual preventative maintenance checks, ensuring hardware functionality, renewing software licenses, and responding to emergency maintenance requests with stipulated timeframes. The document emphasizes stringent reporting requirements and performance standards, with a focus on quality assurance. This PWS serves as a guideline for contractors, detailing their obligations and the government's expectations in terms of service delivery for the critical security apparatus at the Tobyhanna Army Depot, reflecting federal procurement protocols in maintaining operational integrity within governmental facilities.
    Lifecycle
    Similar Opportunities
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    ACC-APG, Tobyhanna Division FY26 Fair Opportunity
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing a fair opportunity for upcoming competitive acquisitions in FY26. This initiative aims to enhance communication with stakeholders regarding various solicitations, which include services such as Video Surveillance System Maintenance, Basic Life Support Emergency Medical Services, and Minor Construction, among others. These services are critical for maintaining operational readiness and supporting the Army's diverse mission requirements. Interested parties should note that this posting is for informational purposes only, and no formal proposals should be submitted. For inquiries, contact Jenny Croughn at jenny.a.croughn.civ@army.mil or Kellie Coar at kellieann.k.coar.civ@army.mil. The estimated values for these contracts range from $250,000 to $600 million, with solicitations expected to be released primarily in the first three quarters of FY26.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.