FITNESS CENTER SECURITY CAMERAS
ID: FA480025QA080Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a comprehensive security system, including an All Access Control System and a 42-camera CCTV system at Anderson Field House located in Fort Eustis, Virginia. The project aims to enhance security and facilitate after-hours access, requiring the installation of 30 cameras (23 fixed and 7 PTZ) and an access control system that supports Department of Defense Common Access Cards (CAC). This initiative is crucial for improving safety and operational efficiency within the facility, which currently lacks adequate surveillance infrastructure. Interested vendors must submit their quotes by July 23, 2025, and are encouraged to direct inquiries to Rebeca Ruji at rebeca.ruji.1@us.af.mil, with all proposals contingent upon the availability of appropriated funds.

    Files
    Title
    Posted
    The Anderson Filed House project involves the installation of a CCTV and Card Access system to enhance security across the facility. This includes 23 fixed cameras and 7 PTZ (Pan-Tilt-Zoom) cameras, supported by a client server to manage surveillance data. The access control requires the capability to read Department of Defense Common Access Cards (CAC) and provide alternate options for non-CAC holders. Furthermore, a workstation and software system will be implemented to track individuals entering the premises, ensuring thorough monitoring. Key locations for the cameras and access points include the check-in lobby, gym, pool, and various restroom facilities. This project aligns with government RFP standards aimed at maintaining security and operational efficiency within federal and local structures, emphasizing the importance of both personnel safety and regulatory compliance.
    The Anderson Field House is planning to implement a CCTV and card access system as part of its security upgrades. The proposed installation includes 24 fixed cameras and 6 PTZ (pan-tilt-zoom) cameras, supported by two client servers. The primary point of contact is George Jay, reachable via email. The card access requirements specify the capability to read Department of Defense Common Access Cards (CAC) and provide an alternative card for non-CAC holders. Additionally, a workstation and software system will be established to track individuals entering the facility, which includes various areas such as the gym, pool, and locker rooms. The emphasis on secure entry points and monitoring underscores the importance of maintaining safety and accountability within the facility. This proposal reflects government efforts to enhance security through advanced surveillance technologies and access controls, aligned with federal standards for such installations.
    The document outlines a series of questions and answers related to a government project, focusing on upgrading security infrastructure in an existing facility built in 1952, encompassing 18,360 square feet. Key details include electrical and structural considerations like power stability, wall types, and ceiling conditions. It confirms the need for additional conduit for wiring, as well as the presence of metal door frames. The facility does not currently have IDS (Intrusion Detection System) sensors installed on doors and lacks the infrastructure to reuse existing wiring or cable trays. Additionally, equipment substitutions are permitted, but no advance payments for parts are allowed; full payment is required upon availability of funds. The document concludes with a request for relevant drawings and specifications. This inquiry and response format serves to clarify project requirements and logistics, adhering to federal guidelines for the RFP process.
    The document outlines vendor inquiries regarding the installation of CCTV cameras and access control systems at Anderson Field House. Key specifications include a transition to an IP-based camera system with a preference for dome-style cameras designed for 24/7 recording. The contractor is responsible for providing monitors and cabling, while existing analog infrastructure must be removed. A detailed inventory indicates the need for approximately 19 cameras, with storage requirements of at least 12 days, and ideally one year. The integration with the SmartNet VMS platform is crucial, as well as the provision for local monitoring. Equipment for access control includes support for Common Access Card (CAC) credentials and the need to ensure no interior blind spots exist in surveillance coverage. Additionally, confirmation is required regarding the exclusion of outdoor cameras and specifications for the access control reader designated for ADA-compliant doors. This document reflects the government's efforts to upgrade security systems in compliance with federal standards, ensuring user safety and operational efficiency.
    The document addresses vendor questions regarding a Request for Proposal (RFP) related to the installation of CCTV cameras and access control systems at Anderson Field House. Key points include the requirement for an IP-based camera solution with dome-type cameras, continuous recording for 24/7 surveillance, and the responsibility of the contractor for certain elements (including cable and access-related components). The total number of cameras needed is confirmed to be 30, with specifications for storage retention of up to one year and no need for outdoor cameras. The existing infrastructure is to be upgraded from analog to IP-based systems, necessitating the removal of old wiring and the integration of new components, while existing power and coax cabling may not require conduit installation. The access control system must support Common Access Card (CAC) credentials and integrate locally. The summary underscores the project’s focus on enhancing security and oversight within the facility and meeting modern technological standards while ensuring compliance with relevant requirements.
    The document outlines a Request for Proposal (RFP) for the installation of an All Access Control System and a 42 Camera CCTV System at Anderson Field House to enhance security and enable after-hours access. The project is mandated by DAFI 34-114 3.3.1.2, which requires monitoring equipment in areas lacking direct visibility by staff. It specifies the necessary components and quantities for the installation, including software licenses, cameras, power supplies, and various cabling and mounting hardware. Additionally, the contractor must include a one-year comprehensive warranty and extend it for four additional years, detailing preventative and corrective maintenance services. The contractor is responsible for all site demolition, debris removal, and compliance with safety regulations, including OSHA standards. Security protocols, including contractor identification and vehicle markings, must be adhered to, securing access to Fort Eustis. The RFP emphasizes that the contractor must manage all labor and travel expenses associated with the warranty maintenance and ensures all operation standards meet military safety guidelines. Overall, this RFP reflects the government’s commitment to enhancing facility security while providing clear guidelines and requirements for contractors.
    The document outlines a request for installation of an All Access Control System and a CCTV system at Anderson Field House. This initiative aims to enhance security and facilitate after-hours access, adhering to DAFI 34-114 requirements for monitoring areas without direct visibility. The project requires the installation of a comprehensive access control system, including software, hardware, and 42 security cameras, with extensive specifications provided for each component. Key requirements include labor, travel, and a one-year warranty, with an option for an extended warranty covering additional maintenance for four subsequent years. Contractors are responsible for demolition, waste disposal, and adhering to safety regulations, including OSHA standards. The document emphasizes the need for coordination with base security and adherence to specific access protocols for contractor employees. The overall purpose is to secure funding and ensure the successful implementation of a modern security system at the facility while meeting federal and military standards for security and safety. The document serves as a formal solicitation for bids, aiming to improve safety measures at the location.
    The document outlines the requirements for installing an All Access Control System and a 42-camera CCTV system at Anderson Field House for security and after-hours access. As mandated by DAFI 34-114 3.3.1.2, effective monitoring in areas lacking direct supervisor visibility is necessary due to the absence of existing security cameras. The project includes a detailed inventory of equipment and installation needs, emphasizing systems for managing access and monitoring through high-definition recordings. The contractor is responsible for all aspects, including demolition, installation, and maintenance over a five-year span, with the first year warranty followed by four years of extended coverage. The document highlights the contractor's obligations regarding site safety, waste disposal, and adherence to security protocols while working on a closed base like Fort Eustis. Key operational conditions also stipulate strict adherence to OSHA standards, coordination with base authorities for security, and disposal of materials in compliance with local regulations. The comprehensive overview details labor, materials, expectations for contractor performance, and site management protocols necessary for the successful deployment of the proposed security systems.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    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.
    48 OSS Audio Visual Tech Upgrade
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    6350--Additional Door Hardware for Physical Access Control System (PAC)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 16, is seeking qualified contractors to provide installation services for additional door hardware as part of the Physical Access Control (PAC) system at the Michael E. DeBakey VA Medical Center in Houston, TX. The project aims to enhance physical security by adding card access capabilities to four doors within the Domiciliary Residential and Rehabilitation Treatment Program facility, requiring contractors to supply labor, materials, equipment, and transportation for the installation of additional controllers. This Sources Sought Notice serves as market research to identify potential contractors who are authorized distributors for ACRE and certified to work on the existing DNA Fusions open options system. Interested parties must submit their responses by December 8, 2025, and direct any questions to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov by December 2, 2025.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    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.
    Housing Access & Door Locking System
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    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.
    Video Surveillance System (VSS) Upgrade - Tennessee
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified small businesses to provide and install a new Video Surveillance System (VSS) at The Odell Horton Federal Building in Memphis, Tennessee. The project includes the procurement of a standalone Network Video Management System (NVMS), an NVR, UPS, 26 IP cameras, client workstations, and necessary equipment to ensure a fully functional surveillance system capable of monitoring critical areas and retaining video for a minimum of 30 days. This procurement is crucial for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm fixed price contract expected to be awarded based on a best value/trade-off evaluation process. Interested vendors must register with the System for Award Management (SAM) and submit inquiries to the designated contacts by December 12, 2025, with a deadline for proposals also set for that date at 5:00 PM ET.
    J059--Video Camera and Fiber Cable Installation Bedford VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide installation services for a video camera and fiber cable at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE network camera in the chapel and the integration of its audio/video feed into the facility's digital cable broadcast system, including the installation of fiber optic cable between Building 81 (chapel) and Building 3 (server room/video distribution head end). This procurement is critical for enhancing the chapel's broadcast capabilities while ensuring minimal disruption to the medical center's operations. Interested parties must submit their quotes by December 12, 2025, at 12 PM EST, and are encouraged to attend a site visit on December 3, 2025, with questions due by December 5, 2025. For further inquiries, contact Carissa Sarazin at carissa.sarazin@va.gov.
    CTX Waco Bldg. 8 Access Control Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.