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
    CONTRACTOR-OWNED / CONTRACTOR OPERATED AND GOVERNMENT-OWNED / CONTRACTOR-OPERATED, (COCO/GOCO) FUEL OPERATIONS AT (Fort Carson, CO: Pinyon Canyon and Wilderness Road)
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for contractor-owned and contractor-operated, as well as government-owned and contractor-operated (COCO/GOCO) fuel operations at Fort Carson, Colorado, specifically at Pinyon Canyon and Wilderness Road. The procurement aims to secure bulk and retail fuel services, including the operations, management, and administration related to the receipt, storage, handling, and issuance of DLA Energy fuel products. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with a firm-fixed-price contract anticipated to commence on May 1, 2027, and extend through various option periods until April 30, 2056. Interested vendors should contact Candice Ekwoge at candice.ekwoge@dla.mil or 804-807-4948 for further details, and must be registered in the System for Award Management (SAM) to submit proposals.
    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.
    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.
    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.
    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.
    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
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors 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 contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    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.
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.
    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.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.