Fort Meade Sky Watch CCTV
ID: W91QV124R0175SkywatchType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, 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 Defense, specifically the Department of the Army, is soliciting proposals for the installation of a closed-circuit television (CCTV) system at Fort George G. Meade, Maryland. The project involves replacing an existing CCTV system with a new setup that includes a network video recorder, joystick controller, five cameras, and a viewing monitor, along with comprehensive training for staff on the system's functionalities. This procurement is crucial for enhancing security measures at military installations, ensuring effective surveillance to prevent unauthorized access. Interested contractors should note that the budget for this project is between $25,000 and $100,000, with proposals due by September 10, 2024, and inquiries accepted until September 5, 2024. For further information, potential bidders can contact Tiffany Walker at tiffany.m.walker32.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil.

    Files
    Title
    Posted
    The document outlines an amendment to a government solicitation, extending the submission deadline to September 5, 2024, and addressing questions from potential contractors regarding a CCTV installation project. A site visit is scheduled for August 30, 2024, with specific access requirements for participants. Various technical queries have been responded to, covering aspects such as the facility's infrastructure, installation conditions, and project specifications, especially concerning the types and numbers of cameras to be installed. Key answers provided clarify the use of existing pathways for installation and specify that no existing wiring or special hardware is to be used. The responses also detail budget allocations and payment structures, indicating funds are available and suggesting progress payments may be an option. The document serves as a critical communication tool to ensure all bidders have the necessary information to prepare their proposals effectively, reflecting the government’s structured approach to managing procurement through RFP amendments.
    The document outlines an amendment to a solicitation related to contract W91QV124R0175, extending the proposal submission deadline to September 10, 2024, by 12:00 PM Eastern Standard Time. It establishes that inquiries must be submitted by September 5, 2024, also by 12:00 PM. Acknowledgment of all amendments with the proposal is mandatory. Proposals and questions are to be directed to the designated email addresses of the primary contract specialist and contracting officer. The amendment includes informal updates, such as the confirmed number of offeror copies required as one, and reiterates the importance of timely acknowledgment of the amendment to avoid rejection of the offer. Overall, the amendment signifies a standard process in government contracting, ensuring that potential bidders are given adequate notice and clarity about submission timelines.
    This document is an amendment to a solicitation related to a government contract, specifically addressing questions posed by potential contractors regarding equipment specifications for a surveillance project. Key details include the required camera types and specifications, with specific models and features outlined such as outdoor bullet cameras, indoor/outdoor dome cameras, and a high-definition PTZ camera. Additionally, the amendment specifies that the storage duration for recorded footage should be five days at 30fps. Environmental standards are addressed, emphasizing the need for weather resistance and damage protection. The installation timeline is limited to daylight hours, and the project area is easily accessible. Training for staff on the new system will cover basic and advanced functionalities, ensuring comprehensive user understanding. The purpose of this amendment is to clarify requirements and expectations in response to contractor inquiries, guaranteeing that submitted proposals meet outlined criteria. This amendment continues to affirm the importance of communication and adherence to specified regulations within the context of federal RFP processes.
    The document outlines a request for proposal (RFP) focused on improving the monitoring and surveillance system within a cabin. Key components include the requirement for replacing existing camera systems with upgraded bullet cameras, with specified views from multiple perspectives (front, back, left, and right). It mentions current monitor locations, indicating a need for enhancements that enable comprehensive viewing across all camera feeds. The document also highlights the power controls necessary for the CCTV station and confirms the existing location of the Network Video Recorder (NVR), which will remain unchanged. Additionally, it points out the pathway access point essential for the project. Overall, the RFP aims to enhance security and monitoring capabilities for the designated cabin area through updated technological installations.
    The document outlines a Request for Proposals (RFP) for a project at Fort George G. Meade, Maryland, focused on the installation of a closed-circuit television (CCTV) system. The project is budgeted between $25,000 and $100,000, categorized under NAICS Code 561621, and will follow a firm fixed price contract type. Key tasks include providing materials and skilled labor to replace an existing CCTV system with one that encompasses a network video recorder, joystick controller, cameras, and necessary training. The contractor must commence work within 15 calendar days post-award and complete the installation within the same timeframe. Sealed bids are due by August 22, 2024, with evaluation criteria emphasizing technical acceptability and cost. The project aims to enhance security and prevent unauthorized access through effective surveillance. Proposals must include a technical plan addressing the RFP requirements and pricing details structured according to construction specifications. Compliance with federal regulations, including wage determinations and performance bonds, is mandatory. This RFP represents a critical effort by the government to bolster operational security at military installations.
    Lifecycle
    Title
    Type
    Fort Meade Sky Watch CCTV
    Currently viewing
    Solicitation
    Similar Opportunities
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    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 DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    Cybersecurity Operations Facility
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    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.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil 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.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.