Directorate of Emergency Services (DES) CCTV Gate Cameras
ID: W911RZ-25-Q-WM00Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT CARSONFORT CARSON, CO, 80913-5198, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command – Fort Carson (MICC-FC), is seeking qualified contractors for the replacement and modernization of the Installation Access Control Point (IACP) Video Surveillance System (VSS) at Fort Carson, Colorado. The project requires contractors to provide all necessary personnel, equipment, and services to upgrade existing surveillance units, ensuring compliance with federal regulations such as the Trade Agreement Act and the Federal Information Security Modernization Act. This initiative is critical for enhancing facility security and operational efficiency, with a focus on advanced features like Automated License Plate Recognition (ALPR) and high-resolution surveillance capabilities. Interested vendors must submit their responses by 11:00 AM MDT on May 27, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Jason E Stirnaman at jason.e.stirnaman2.civ@army.mil or Mia White at mia.n.white2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Sources Sought Notice issued by the Mission and Installation Contracting Command – Fort Carson (MICC-FC) is a market survey aimed at gathering information for the potential replacement and modernization of the Installation Access Control Point (IACP) Video Surveillance System (VSS) at Fort Carson, Colorado. The government seeks responses from various industry members, particularly small businesses in different socio-economic categories, to assess competition capability for a forthcoming firm-fixed-price contract. Interested vendors are invited to provide detailed information about their firm, including prior relevant experience, commercial availability of the required services, and any suggestions for improving the procurement approach. Compliance with various federal regulations, including the Trade Agreement Act and Federal Information Security Modernization Act, is essential. Responses are due by 11:00 AM MDT on May 27, 2025, with all participants required to be registered in the System for Award Management (SAM). The notice encourages transparency and competition while highlighting the importance of selecting a qualified contractor for this critical security project.
    The Performance Work Statement (PWS) from the Directorate of Emergency Services outlines a contract for the modernization of the Installation Access Control Point (IACP) Video Surveillance System (VSS) at Fort Carson. This non-personal service contract requires the contractor to supply resources for replacing and upgrading eight existing VSS units, ensuring compliance with various federal regulations such as the Trade Agreement Act and the Federal Information Security Modernization Act. Key objectives include the installation of new surveillance hardware/software, network configuration, and integration of advanced features like Automated License Plate Recognition (ALPR). The contractor must develop a Quality Control Plan to maintain service quality and adhere to operating schedules while respecting installation access protocols and security clearance requirements. Performance metrics and compliance will be closely monitored by the government through a Quality Assurance Surveillance Plan, ensuring contractor accountability. Documentation and operational manuals for all new systems are mandatory upon project completion. This PWS highlights the government's commitment to enhancing facility security while ensuring the project meets strict regulatory standards, ultimately improving safety and operational efficiency at Fort Carson's IACPs.
    The document outlines a purchase request aimed at modernizing the Video Surveillance System (VSS) at the Fort Carson Installation Access Control Point (IACP) to meet Department of Defense (DOD) and Army standards. It details the procurement of various servers, including models specified by processor type, memory, and storage capacity, intended to enhance enterprise performance and support network video surveillance applications. Additionally, the request includes licenses for the XProtect Professional+ software and Active License-plate Recognition (ALPR) software to improve security surveillance capability. The proposed setup also involves the installation of high-resolution surveillance cameras and network switches, designed to ensure robust data monitoring and compliance with cyber security regulations related to server consolidation directives. The entire initiative emphasizes efficient live monitoring and data capture of vehicle and individual access at the facility, ensuring adherence to military and governmental compliance standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N063-- Provision, Installation, and Integration of PIV Readers Denver Federal Center, Colorado
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide, install, and integrate three Gallagher Security T21 Personal Identity Verification (PIV) readers at the Denver Federal Center in Colorado. This procurement aims to enhance the security infrastructure of the VHA Integrated Veterans Care (VHA IVC) by integrating the new PIV readers with the existing Intrusion Detection Systems, requiring specific hardware and installation services. Interested vendors must be authorized distributors of Gallagher Security products and are requested to submit capability statements, business size information, and other relevant details by November 14, 2025, at 15:00 Mountain Time to Contract Specialist Stephanie Cahill at stephanie.cahill@va.gov. This Sources Sought Notice is for market research purposes only and does not constitute a solicitation for quotes or proposals.
    Integrated Commercial Intrusion Detection System Security Suite
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Security Suite, aimed at enhancing security at Fort Huachuca, Arizona. The procurement involves the supply, installation, training, and one year of maintenance for the ICIDS solution, which is critical for compliance with Garrison physical security requirements. This unrestricted solicitation allows participation from all business sizes, with a focus on ensuring the system's operational integrity and adherence to government security regulations. Proposals are due by November 19, 2025, at 2:00 PM CDT, and interested vendors can contact John M. Ross or Lisa Silvey for further information.
    Juniper Switches
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking procurement of Juniper switching equipment to facilitate the Joint Regional Security Stack (JRSS) migration capabilities at Fort Carson, Colorado. This equipment is critical for the United States Army Human Resources Command (USAREC) as it supports the Integrated Personnel and Pay System (IPERMS), which is essential for managing soldiers' pay and human resources actions. The procurement is aimed at enhancing operational efficiency and ensuring the effective management of soldier-related actions. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or Timothy D. Pike at timothy.d.pike.civ@army.mil for further inquiries.
    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 comprehensive Video Surveillance System (VSS) upgrade at The Odell Horton Federal Building in Memphis, Tennessee. The project entails the procurement of a standalone Network Video Management System (NVMS), including an NVR, UPS, 26 IP cameras, client workstations, and necessary equipment to ensure a fully operational VSS capable of monitoring critical areas and retaining video footage for a minimum of 30 days. This procurement is crucial for enhancing security measures at the facility and is being solicited as a total Small Business Set-Aside, with a firm fixed price contract expected to be awarded based on a best value/trade-off evaluation process. Interested contractors must register with the System for Award Management (SAM) and submit inquiries to the designated contacts by October 6, 2025, with proposals due by November 21, 2025, at 5:00 PM ET.
    N063--Installation and Maintenance of Security Systems (C CURE 9000, DMP Intrusion System, and EXACQ VISION Camera System)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and maintenance of security systems at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. This procurement specifically involves the C CURE 9000, DMP Intrusion System, and EXACQ VISION Camera System, and is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 561621. The security systems are critical for ensuring the safety and security of the facility, which serves veterans and their healthcare needs. Interested parties must submit their proposals by November 21, 2025, at 4:00 PM Central Time, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov for further information.
    Sources Sought - FY26 Base Marquee
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a Sources Sought announcement to identify potential sources for upgrading five Base Marquees from wired to wireless capabilities for Fiscal Year 2026. The procurement seeks modems that are compatible with existing Daktronics marquee systems and specific part numbers, capable of at least 4G/LTE mobile data access, and resilient to environmental conditions ranging from approximately 15°F to 100°F. Interested vendors are encouraged to submit their capabilities statements and responses to specific questions by November 21, 2025, with inquiries due by November 19, 2025. For further information, interested parties may contact SrA Dobhriste at cristina.dobhriste.1@spaceforce.mil or SSgt Kaylie Anderson at kaylie.anderson@spaceforce.mil.
    PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2025 FORD F-350
    Buyer not available
    The General Services Administration (GSA) is seeking qualified vendors to provide and install multiple components on a 2025 Ford F-350, specifically for the Federal Acquisition Service. The procurement involves the installation of a 60-inch cab-to-axle body, various WARN winch components, LED lighting systems, and a Gooseneck Hauler Utility Body, all of which must comply with industry standards and include manufacturer warranties. This opportunity is set aside for small businesses under NAICS code 811111 and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with quotes due by November 14, 2025, and questions accepted until November 13, 2025. Interested vendors must ensure they are registered in SAM, possess valid business licenses, and adhere to EPA and OSHA regulations, with all work to be completed within 120 days after receipt of order. For further inquiries, vendors can contact William Hofmann at william.hofmann@gsa.gov or by phone at 682-350-7832.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    Access Control and Physical Security Support
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for Access Control and Physical Security Support services at its Data Center in San Antonio, Texas. The procurement requires contractors to provide armed security personnel, manage access control, and ensure physical security compliance 24/7, with a focus on maintaining a secure environment for sensitive operations. This contract, set aside for 8(a) small businesses, includes a base period from March 1, 2026, to February 28, 2027, with four additional one-year options extending through February 28, 2031. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to John M. Ross at john.m.ross138.civ@mail.mil.
    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.