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
ID: 70RFPW26QWA000004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS WEST CCGDENVER, CO, 80225, 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, is seeking a contractor 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 the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation #70RFPW26QWA000004 from the U.S. Dept. of Homeland Security, Federal Protective Service Acq. Division, revises the site visit time for the Installation of Video Surveillance System (VSS) project. The original solicitation's site visit time on page 120 is changed from 12:30 AM to 12:30 PM. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, before the offer receipt deadline. This amendment underscores the importance of reviewing the entire Request for Quotes (RFQ) package, as submissions not meeting requirements will be rejected. All other terms and conditions of the solicitation remain unchanged. The amendment also lists key contacts, including CS Thomas Westlake and CO Lynn Miller.
    This document, Amendment 0002 to Solicitation #70RFPW26QWA000004, outlines revisions to a federal government Request for Quotation (RFQ) for the Federal Protective Service (FPS) concerning the installation of a Video Surveillance System (VSS) at a U.S. Citizenship and Immigration Services (USCIS) facility in Tukwila, WA. The amendment primarily updates the Statement of Work (SOW) and the Attachment E-Quotation Checklist for Offerors. Key changes include modifications to camera requirements (e.g., increasing the total number of cameras to 13, adjusting multisensor and fixed camera quantities, and adding PTZ cameras), specifying the use of existing rack space for new equipment, and detailing requirements for a new 10-foot pole. Additionally, it clarifies guidelines for reusing existing cabling, mandates specific certifications for contractors, and sets a deadline for submitting questions. The amendment emphasizes compliance with all RFQ requirements for award consideration.
    The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS) has issued a competitive Request for Quotation (RFQ) 70RFPW26QWA000004 for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building in Tukwila, WA. The contract will be a single Firm-Fixed-Price Purchase Order, requiring the contractor to provide all necessary labor, materials, and services within 75 days of the Notice to Proceed. The RFQ includes various attachments such as the Statement of Work, Department of Labor Wage Determination, and Past Performance forms. Key clauses incorporated by reference cover contractor ethics, identity verification, prohibitions on specific telecommunications and video surveillance equipment (e.g., Huawei, ZTE, Hikvision), and limitations on subcontracting for small businesses. Invoicing must adhere to a standardized format, with specific submission methods and content requirements. Lynn Miller is the Contracting Officer and Thomas Westlake is the Contract Specialist for this RFQ, with Darryl Rabb serving as the Technical Point of Contact (TPOC).
    The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS) is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building in Tukwila, WA. This acquisition, solicited as a 100% small business set-aside, will be a firm-fixed price contract with a NAICS code of 561621 and a size standard of $25 million. The source selection process will be based on "best value." Contractors must register with the System for Award Management (SAM). The period of performance for installation is 90 calendar days after the Notice to Proceed. This is a synopsis announcement; the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025. All questions should be submitted to Contract Specialist Thomas Westlake.
    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.
    Homeland Security, Department Of
    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 perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the installation of a comprehensive CCTV system at Station Chicago, Illinois. The project aims to enhance security by replacing outdated equipment with eight high-definition cameras capable of license plate recognition, facial identification, and equipped with night vision and weatherproof enclosures. This procurement is crucial for compliance with DHS Presidential Directives and is estimated to range between $25,000 and $100,000. Interested parties should note that the deadline for offer submissions has been extended to 12:00 PM EST on December 29, 2025, and are encouraged to contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL for further information.
    Installation of AcoustiWall Fabric Stretch System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to install an AcoustiWall Fabric Stretch System in its conference center located in Washington, D.C. The project involves replacing existing acoustical wall surfaces that have reached the end of their service life, covering approximately 1,452 square feet, to ensure a professional appearance for mission-critical meetings. This procurement is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by January 16, 2026, and can direct inquiries to Isiah Mack at isiah.r.mack@uscg.mil or Samuel Salerno at Samuel.T.Salerno@uscg.mil.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the replacement of surveillance cameras at various locations within Shenandoah National Park in Virginia. The project aims to remove existing cameras and infrastructure while installing approximately 48 new NDAA-compliant IP-connected security cameras, along with necessary wiring and network equipment, to enhance the park's surveillance capabilities. This small business set-aside acquisition has an estimated contract value between $100,000 and $250,000, with a performance period of 90 calendar days from the notice to proceed. Interested contractors should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025, with proposals due by January 23, 2026, at 12:00 PM ET.
    Detention Facility Support for Seattle, WA Area of Responsibility
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking a contractor to provide comprehensive detention facility support services in the Seattle, WA area. This includes detention, transportation, and food services for approximately 1,635 detainees, with operations required 24/7, while adhering to strict compliance with the National Detention Standards (NDS) 2025, the Prison Rape Elimination Act (PREA), and relevant accreditation standards. The contract will be a firm-fixed-price service agreement, with an anticipated performance period from March 28, 2025, to March 27, 2027, and an official Request for Proposals (RFP) expected to be published in late January or early February. Interested parties should direct their responses to DCRWest@ice.dhs.gov, including "NWIPC Presolicitation Response" in the subject line, as no proposals are currently being requested.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals from small businesses for the acquisition of Perimeter Security Assets through a Combined Synopsis/Solicitation. The procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts to provide temporary security solutions and consultative services for National Special Security Events (NSSEs) across the Continental United States. These services include the provision and management of various assets such as vehicle barriers, fencing, tents, and generators, which are critical for ensuring security during high-profile events. Proposals are due by 11:00 AM EST on January 19, 2026, and interested parties should contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Glazier Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.