58--SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
ID: 140P1325Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR SANTA FE(12100)SANTA FE, NM, 87504, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the installation of a video surveillance monitoring system at the Fort Davis National Historic Site in Texas. The project involves the installation of three Axis Communications IP cameras, along with necessary cabling and equipment, to enhance security operations at key locations such as the visitor center and fee collection areas. This initiative is critical for improving the security infrastructure while ensuring compliance with federal standards, particularly given the historical significance of the site. Interested vendors must submit their quotations by March 24, 2025, and can contact Samuel Hyslop at samuel_hyslop@nps.gov or 970-880-4482 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the FODA Scope of Work related to the Fort Davis National Historic Site (NHS) Visitor Center and headquarters building. It specifies various potential camera locations for security monitoring, particularly in areas like the fee collection desk and remit office. Additionally, it details the installation of CAT6 cable, approximately 250 feet, running through the attic space to connect an IT room where network switches and cables will be managed. The overall objective of this initiative appears to enhance the security systems and IT infrastructure at the visitor center, contributing to effective fee collection and service delivery. This scope aligns with government efforts to upgrade facilities and ensure safety compliance in public spaces.
    The Fort Davis National Historic Site project involves the installation of a video surveillance monitoring system, incorporating a Milestone VMS. This initiative aims to enhance security operations by installing three new Axis Communications IP cameras in key locations, including the visitor center and fee collection areas. The contract entails detailed requirements for cabling, camera specifications, and installation procedures, ensuring compliance with federal standards and guidelines for historical sites. Services include site assessments, training for users, and ensuring all equipment is NDAA compliant. The contractor is responsible for all installation-related tasks and must adhere to legal and security protocols, while ensuring minimal disruption to existing services. The project is scheduled for completion within 90 days post-award, underscoring its significance in improving the security infrastructure at this site.
    The Fort Davis National Historic Site Video Surveillance Project involves the installation of a comprehensive network-based security camera system, compliant with Milestone VMS. The initiative aims to enhance surveillance at fee collection areas by installing three new Axis Communications IP cameras within the visitor center and remit room, along with associated cabling and equipment, including a desktop computer and power-over-Ethernet switch. The contractor is responsible for site assessments, installation, and ensuring all equipment meets specified technical requirements, including high-resolution capabilities and environmental resilience. Moreover, the project entails obtaining necessary licenses, adhering to federal regulations, and maintaining the historical integrity of the site by restoring any damage caused during installation. The performance work statement outlines contractor obligations for minimizing service disruptions, providing user training, and ensuring all supplied materials are new and unused. In addition to technical compliance, strict security protocols and privacy regulations must be observed. The project’s successful execution is critical for the National Park Service as it enhances visitor security and operational efficiency at the historic site.
    This document represents an amendment to the solicitation for the Fort Davis National Historic Site concerning the installation of milestone cameras and a server. The amendment, identified as 140P1325Q0014, extends the bid submission deadline from March 5, 2025, to March 14, 2025, due to pending additional information required for the project. Stakeholders are instructed to acknowledge receipt of this amendment by including it in their offer submissions or through separate communication referencing the solicitation and amendment numbers. The project aims to enhance facilities at Fort Davis NHS, and there is ongoing communication under the purview of Contracting Officer Sam Hyslop. All terms and conditions of the original solicitation remain in effect barring the amendments noted in this document. This amendment illustrates a typical adjustment process within federal RFPs, accommodating responses and the complexities involved in public procurement.
    The document is an amendment to a solicitation regarding the installation of milestone cameras and a server at Fort Davis National Historic Site, extending the original submission deadline for bids. Specifically, the due date for proposals has been changed from March 14, 2025, to March 24, 2025, while the submission time has been updated from 14:00 PM to 16:00 PM. This amendment aims to incorporate additional requested information and ensure contractors acknowledge the changes by confirming receipt in specified manners to prevent the rejection of offers. The contracting officer for this solicitation is Sam Hyslop, who can be contacted for further details. All other terms and conditions of the solicitation remain unchanged, ensuring that the procedural and regulatory compliance aspects are maintained throughout this amendment process.
    The document serves as an amendment to solicitation number 140P1325Q0014, regarding the procurement of Milestone Cameras and Server installation at Fort Davis National Historic Site. The amendment extends the RFQ period due to the request for additional information and includes the addition of a photo document indicating camera locations. Contractors are required to acknowledge receipt of this amendment by specific methods, ensuring that any changes to previously submitted offers are made prior to the deadline. The amendment clarifies that all other terms of the contract remain unchanged, emphasizing compliance and communication requirements. The contracting officer overseeing this amendment is Sam Hyslop, and contractors must return specified copies to the issuing office to validate their acknowledgment. This document represents a typical modification process within federal contracting, aiming to keep contractors informed and engaged throughout procurement activities while adhering to government standards.
    The document is a Request for Quotation (RFQ) issued by the National Park Service for the acquisition of Brand Name Security Cameras and Installation services for Fort Davis National Historic Site in Texas. The solicitation is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, reinforcing the intent to prioritize small businesses in the procurement process. Interested bidders must provide detailed quotes outlining their capabilities, relevant experience, and compliance with federal requirements, including registration in the System for Award Management (SAM) and obtaining a Unique Entity Identifier (UEI). Quotations must be submitted via email by the specified deadline and will be evaluated on price, technical merit, and past performance. Key deliverables include supplying and installing specified video recording equipment by the required delivery date of April 1, 2025. The RFQ outlines comprehensive evaluation criteria, bidding requirements, and applicable clauses regarding various federal regulations. As such, this document serves as a structured invitation for qualified vendors to compete for government contracting opportunities while supporting economic initiatives for Indian-owned businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.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.
    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.
    CCTV Installation
    State, Department Of
    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.
    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.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    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
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor 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 the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    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.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.