Video Surveillance System (VSS) Upgrade - Tennessee
ID: 70RFP125QE4000003Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 1 ACQ DIVPHILADELPHIA, PA, 19106, 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 Homeland Security, specifically the Federal Protective Service (FPS), has announced the cancellation of the solicitation for a Video Surveillance System (VSS) Upgrade in Memphis, Tennessee. The procurement aimed to acquire and install a standalone Network Video Management System, including various IP cameras and monitoring equipment, to enhance security at the Odell Horton Federal Building. This project is significant for monitoring critical areas and ensuring safety, but due to substantial changes in the Statement of Work, the agency will reassess its needs and may issue a new solicitation in the future. Interested vendors are encouraged to monitor SAM.gov for updates, and any inquiries should be directed to Contract Specialist Donavan Redd at Donavan.M.Redd@fps.dhs.gov or Contracting Officer Todd Wanner at Todd.M.Wanner@fps.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security Non-Disclosure Agreement (DHS Form 11000-6) outlines the terms and conditions 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 the protection, dissemination, handling, and safeguarding of these information categories. The agreement emphasizes the obligation to protect information from unauthorized disclosure, report security violations, and return materials upon demand or conclusion of duties. Violations can lead to cancellation of access, administrative, disciplinary, civil, or criminal actions, and assignment of royalties from unauthorized disclosures to the U.S. Government or the PCII-owning entity. The agreement also clarifies that it does not supersede whistleblower protections or other secrecy agreements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Buyer not available
    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.
    Justification and Approval-PSO Services TN Statewide
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking services related to Justification and Approval for PSO Services across the state of Tennessee. The procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in various facilities. Interested vendors can find further details in the attached documentation, and they are encouraged to reach out to the primary contact, John Liu, at john.c.liu@fps.dhs.gov or by phone at 215-521-3112, or the secondary contact, Kelly Minturn, at Kelly.M.Minturn@fps.dhs.gov, for additional inquiries.
    Level II Armed Guard Service - State of Tennessee
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    Termination of the Department of Homeland Security’s FirstSource III Contracts and Cancellation of the FirstSource III Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) has announced the termination of all FirstSource III Functional Category 1 ITVAR contracts and the cancellation of the solicitation for Functional Category 2 (Software). This decision follows a comprehensive analysis of active contract awards and solicitations, which determined that FirstSource III was non-mission critical and redundant, as similar offerings are available through existing General Services Administration (GSA) and other government-wide solutions. The DHS will continue to utilize GSA and other established contracts for future IT requirements, emphasizing the consolidation of federal procurement to eliminate waste and save taxpayer dollars. For further inquiries, interested parties can contact the OCPO Communications and Industry Liaison at DHSIndustryLiaison@hq.dhs.gov.
    F5 Renewal Software and Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.
    FDVS CAMERA SYSTEM
    Buyer not available
    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.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    Protective Security Officer (PSO) services in various locations throughout Kentucky
    Buyer not available
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, is seeking to extend an existing contract for Protective Security Officer (PSO) services across various locations in Kentucky. This procurement aims to provide continued armed PSO services through a sole source extension with Patronus Systems, Inc., allowing for uninterrupted security coverage while a new contract is established. The importance of these services lies in their role in maintaining safety and security at federal facilities, which is critical for operational continuity. Interested parties can direct inquiries to Stephen Allen at Stephen.M.Allen@fps.dhs.gov, with the extension set to commence on January 1, 2026, under the authority of 41 U.S.C. 3304(a)(1).
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver) CAMERAS ONLY
    Buyer not available
    The Department of Veterans Affairs is conducting market research for a construction contract titled "648-20-121 Construct Campus Security Fence and Access Control (Vancouver)," specifically focusing on the installation of security cameras compatible with an existing Avigilon brand system at the Vancouver campus of the Portland VAMC. The project entails constructing a new security fence, including features such as motorized and personnel gates, vehicle fortifications, and a comprehensive camera system to enhance campus security. This initiative is crucial for maintaining a secure environment for the medical center, which operates 24/7, and requires careful planning to minimize disruption during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to respond by December 10, 2025, at 12:00 PM Pacific, providing their contact information, business classification, capabilities statement, and details on compatible products to the Contract Specialist, Meredith Valentine, at meredith.valentine@va.gov.