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 (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.

    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.
    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.
    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.
    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.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 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.
    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.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract focused on Counter-Unmanned Aircraft Systems (C-UAS) solutions, with a total ceiling of $1.5 billion. The procurement is divided into two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services, aimed at enhancing capabilities for detecting, tracking, identifying, and mitigating threats posed by unauthorized unmanned aircraft systems in various environments. This initiative is critical for ensuring national security and operational readiness against evolving aerial threats, with proposals due by December 8, 2025. Interested parties can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    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.
    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.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.