Intrusion Detection System at the Gerald R. Ford Federal Building and U.S. Courthouse
ID: 70RFP425QE5000016Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 4 ACQ DIVPHILADELPHIA, PA, 19106, 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 is seeking qualified contractors to install an Intrusion Detection System (IDS) at the Gerald R. Ford Federal Building and U.S. Courthouse in Grand Rapids, Michigan. The project requires contractors to provide all necessary labor, materials, and expertise to complete the installation in accordance with the Statement of Work, which includes the installation of approximately 4,000 feet of new cabling and specific IDS components. This procurement is critical for enhancing the security infrastructure of the facility, which spans approximately 278,881 square feet and was built in 1972. Interested small businesses must submit their proposals electronically by August 25, 2025, with a contract performance period from December 1, 2025, to November 30, 2026. For further inquiries, contractors can contact Jennifer Rayca at Jennifer.Rayca@fps.dhs.gov or Nikki Finney at Nikki.finney@fps.dhs.gov.

    Files
    Title
    Posted
    The Request for Quotation (RFQ) 70RFP425QE5000016 pertains to the installation of an Intrusion Detection System (IDS) at the Gerald R. Ford Federal Building and U.S. Courthouse in Grand Rapids, Michigan. The government seeks qualified contractors to provide labor, materials, and expertise in accordance with a detailed Statement of Work. Key components of the solicitation include provisions for inspection, site visit timing, and the responsibility of the contractor for job-related injuries. There's a strong focus on adherence to the Service Contract Act and compliance with Department of Labor wage determinations. The project must be completed within 60 business days of receiving the "Notice to Proceed." Optional maintenance terms for extending service through 2030 are outlined. Questions regarding the RFQ can be directed to designated contract specialists. The RFQ emphasizes the necessity for thorough review to ensure compliance with requirements for consideration. This RFQ illustrates the standard procurement process employed by federal agencies to secure essential services while emphasizing regulations and procedures intended to streamline acquisition efficiencies.
    The U.S. Department of Homeland Security, Federal Protective Service Acquisition Division, Office of Procurement Operations (DHS/FPS/East CCG/Region 4) has issued Amendment 0001 to Solicitation 70RFP425QE5000016. This amendment extends the closing date for offers to August 29, 2025. The solicitation is for the installation of an Intrusion Detection System (IDS) at the Gerald R. Ford Federal Building and U.S. Courthouse (MI0137) in Grand Rapids, Michigan. The period of performance for this contract is from December 1, 2025, to November 30, 2026. Interested parties are required to acknowledge receipt of this amendment through various specified methods to ensure their offer is considered. The points of contact for this solicitation are Contracting Officer Nikki Finney and Contract Specialist Jennifer Rayca.
    This document addresses questions and answers for RFP 70RFP425QE5000016, an Intrusion Detection System (IDS) installation project. The facility, built in 1972 with approximately 278,881 square feet, requires a new IDS system, as existing cables are not to be reused. Contractors are responsible for providing and installing new cabling (approx. 4000 ft), utilizing existing cable paths and conduit chases to minimize drilling. Conduit or cable raceway should be used where necessary for protection. Specific quantities and types of IDS components are detailed in the Statement of Work (SoW) sections B.1 and B.2, with contractors responsible for providing similar capabilities. The project's budget is appropriated, but split payments are not authorized. After-hours access is generally available for contractors with PIV cards. The project is solely for IDS installation, with no Video Surveillance System (VSS) associated. Allowances are made for “Or Equal” equipment substitutions and
    This document, Amendment 0002 to Solicitation 70RFP425QE5000016, is issued by the U.S. Dept. of Homeland Security, Office of Procurement Operations – FPS, for an Intrusion Detection System (IDS) at the Gerald R. Ford Federal Building and U.S. Courthouse in Grand Rapids, Michigan. The amendment provides answers to vendor questions, extends the solicitation close date to September 2, 2025, at 3:00 PM ET, and specifies a period of performance from December 1, 2025, to November 30, 2026. It also outlines procedures for acknowledging receipt of the amendment and making changes to already submitted offers. Contact information for the Contracting Officer and Contract Specialist is provided.
    Solicitation 70RFP425QE50000016 outlines the clauses and conditions for federal government contracts, particularly for commercial products and services. It incorporates various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses by reference, addressing areas such as System for Award Management, personal identity verification, reporting of biobased products, insurance, and government property. Key administrative data includes strict invoicing procedures, requiring a standardized format, submission within 30 days of service completion, and specific information like “FPS Region 5” annotation. The document details roles of government personnel, including the Contracting Officer (Nikki Finney) and Contracting Officer Representative, defining their responsibilities in contract administration, modifications, and dispute resolution. It also highlights essential compliance requirements, such as prohibitions on contracting with Kaspersky Lab covered entities and certain telecommunications/video surveillance equipment from specific foreign countries (e.g., China). Additionally, the solicitation mandates accelerated payments to small business subcontractors and sets minimum wage requirements for contractor workers under Executive Order 14026. A significant prohibition is placed on Federal Protective Service guard services contracts with business concerns owned, controlled, or operated by individuals convicted of a serious felony.
    Solicitation 70RFP425QE5000016 outlines the US Department of Homeland Security’s (DHS) Office of Procurement Operations, Federal Protective Service (FPS) competitive Request for Quotations (RFQ) for commercial products and services. The evaluation prioritizes non-price factors, such as Compliance with Technical Specifications and Relevant Past Performance, over price. However, highly competitive pricing can lead to early award without full technical evaluation of all offers. Submissions must be electronic (PDF, zipped) to specific email addresses by August 25, 2025, 3:00 PM EST, with a separate email for the WinZip password. Quotations require two submissions: one complete and one redacted for company-specific information. Key submission parts include Technical Specifications (with itemized lists and cut sheets), Past Performance (with up to two project forms and customer-submitted questionnaires), Price (SF 1449 and itemized list in PDF and Excel), and Contract Documentation (checklist, amendment acknowledgments, and FAR 52.212-3 representations). Offerors must also provide Accessibility Conformance Reports (ACRs) for ICT items and acknowledge Section 508 requirements. Critical dates include a site visit on July 30, 2025, and questions due by August 6, 2025. The solicitation includes detailed definitions and certifications related to business classifications (small business, veteran-owned), tax liabilities, and prohibited business operations. This comprehensive RFQ ensures that the selected offeror provides the best value to the Government.
    The document, Solicitation 70RFP425QE5000016 Attachment D, outlines the instructions for completing a Past Performance Project Form, which is a critical component for contractors responding to federal solicitations. This form allows offerors to submit up to two past performance examples from the last three years, detailing project specifics such as the name of the contractor, solicitation number, customer information (name, address), contract number, award date, total project price, and period of performance. It also requires information on security clearance, geographic work location, and a contracting point of contact. A key aspect is indicating whether a finalized Contractor Performance Assessment Report (CPARS) is available. The form also mandates a detailed description of the contract work, comparing its scope, magnitude, and complexity to the current solicitation, along with any unique requirements, performance issues, and corrective actions taken.
    The U.S. Department of Homeland Security's Federal Protective Service (FPS) is seeking to gather past performance information on contractors for the installation of an Intrusion Detection System (IDS) in Grand Rapids, WI, under Solicitation 70RFP425QE5000016. This Attachment E, a Past Performance Questionnaire, is distributed to obtain references from companies/agencies that have previously worked with the bidding contractors. The questionnaire requests details such as contract number, period of performance, and total project value, along with a description of the project's scope. It then asks for comments on various aspects of the contractor's performance, including professionalism, customer service, problem-solving abilities, supervision, responsiveness to issues, project management, quality control, and handling of complex requirements. The survey concludes by asking whether the reference would rehire the contractor and to rate the overall quality of services and performance as Highly Acceptable, Acceptable, or Unacceptable. Completed questionnaires are to be emailed to Jennifer Rayca and Nikki Finney at the FPS.
    The document, Solicitation 70RFP425QE5000016 Attachment G, provides a comprehensive checklist for contractors preparing proposals for a federal government Request for Quotation (RFQ). It outlines mandatory submission requirements across four parts: Compliance with Technical Specifications, Past Performance, Price Submission, and Contract Documentation/Representations & Certifications.Key technical requirements include detailed lists of proposed hardware and software with specifications, licensing requirements, materials lists, and calculations for UPS/battery backup and video storage. Contractors must submit cut sheets consolidated into a single PDF, ensuring adherence to the Statement of Work.Past performance requires up to two project forms from the last three years, and a Past Performance Questionnaire (PPQ) for references. Price submissions necessitate a completed SF 1449 with itemized pricing, and a separate, detailed itemized price list in both PDF and Excel formats. Contract documentation involves acknowledging amendments, completing Offeror Representations and Certifications (unless SAM.gov certified), and providing current licenses and a Certificate of Insurance.Proposals must be submitted via two email submissions: one with all four parts, and a second containing only a redacted Part I. Failure to comply with these instructions may lead to the rejection of the quotation.
    The government solicitation 70RFP425QE50000016 outlines the terms and conditions for contractors, primarily in the Federal Protective Service sector. It includes clauses incorporated by reference, covering aspects like invoicing procedures, contract administration, and compliance with statutory obligations. The document stipulates that contractors must adhere to specific regulations, such as the System for Award Management (SAM), Personal Identity Verification, and mandatory clauses regarding contracting prohibitions related to Kaspersky Lab and certain telecommunications services. Contractors are required to meet invoicing standards, provide information on services rendered, and submit invoices timely via specified methods. The roles and responsibilities of government personnel, including the Contracting Officer and Technical Point of Contact, are delineated to ensure oversight. Furthermore, the adherence to labor standards, including those specified by executive orders on minimum wage and whistleblower rights, is enforced. This solicitation emphasizes the importance of compliance with federal regulations during contract performance, ensuring that contractors operate within legal and ethical boundaries, thus reinforcing the government's commitment to transparent procurement processes.
    The document outlines a competitive request for quotes (RFQ) issued by the U.S. Department of Homeland Security (DHS), specifically the Federal Protective Service (FPS). The RFQ aims to award a contract for specific services using federal procurement guidelines. Key evaluation criteria emphasize that non-price factors, including compliance with technical specifications and relevant past performance, hold greater weight than price alone. Offerors must submit electronic quotations by a specified deadline, with detailed requirements for content, format, and submission methods. Two separate electronic submissions are required: one containing all qualifications and pricing, and another with technical compliance which must be redacted of any company-identifying information. Additionally, the document covers mandatory components such as an itemized price list, past performance references, certifications, and a site visit schedule, as well as accessibility requirements adhering to Section 508 standards. The Government reserves the right to award contracts based on initial proposals or to engage in negotiations if necessary. Overall, this RFQ is part of the government’s strategic procurement process, ensuring standards, compliance, and value in contracts awarded under federal guidelines.
    The document outlines the requirements for submitting Past Performance Project Forms as part of the solicitation 70RFP425QE5000016. Contractors can provide up to two past performance examples from the last three years, each documented on a separate form. Essential information includes the contractor’s name, solicitation number, full customer name and address, contract reference number, project award date, total price, and performance period. It also requires details about security clearance, contracting officer contact information, geographic location of work, and the status of the Contractor Performance Assessment Reporting System (CPARS). A critical component is a comprehensive description of the contracted work that demonstrates relevance to the current solicitation, with specific attention to complexities, unique requirements, and any performance issues encountered. The forms aim to establish a contractor's capacity and relevance to fulfill the solicitation requirements, thus playing a fundamental role in the evaluation process of proposals submitted to the government.
    The U.S. Department of Homeland Security's Federal Protective Service is requesting information on a contractor's past performance for a project involving the installation of an Intrusion Detection System (IDS) in Grand Rapids, WI. This Past Performance Questionnaire aims to gather insights from individuals who oversaw relevant contracts, focusing on the contractor's professionalism, customer service, problem-solving abilities, project management, and quality control. Respondents are asked to provide details about the project's scope, the contractor's effectiveness in staffing and supervision, and their responsiveness to issues raised by stakeholders. The questionnaire emphasizes evaluating the contractor's capacity to handle complex project requirements and solicits feedback on whether the contractor would be hired again. Ultimately, respondents must rate the contractor’s overall performance, offering categories ranging from "Highly Acceptable" to "Unacceptable." This assessment is critical for determining the contractor’s suitability for the proposed IDS installation contract.
    The document at hand appears to contain various fragmented texts, possibly from a larger dataset, but lacks coherent structure or discernible content related to government requests for proposals (RFPs), grants, or state and local funding opportunities. Several elements hint at discussions on funding mechanisms, forms of compliance, or project requirements, but these are obscured by encoding and formatting issues. In particular, the text seemingly references the importance of compliance with guidelines for grants or proposals, likely emphasizing adherence to federal and local regulations. It could also include data related to past project evaluations or assessments, lending insight into funding priorities or qualifying criteria for applicants. Yet, due to significant encoding issues and an overloaded amount of non-verbal data, critical information essential for a cohesive summary and understanding of the topic is unavailable. The overall lack of clarity prevents precise identification of key ideas and themes, indicating that the purpose of this material may not have been fully communicated or properly formatted for analysis. This summary encapsulates the primary observations and limitations experienced when interpreting the document, reflecting its unclear status regarding governmental RFP and grant contexts.
    The document is a Contractor Quotation Checklist for solicitation 70RFP425QE5000016, designed to assist vendors in submitting comprehensive proposals. It emphasizes the necessity of complying with technical specifications and outlines documentation requirements for hardware, software, licensing, materials, calculations, past performance, pricing, and contract representations. Key components include detailed lists of proposed equipment with supporting information, compliance with licensing regulations, and a structured outline for past performance submissions. Vendors must also provide itemized price listings, complete necessary federal forms, acknowledge any amendments, and submit supporting documentation like licenses and insurance certificates. Proposals must be submitted in two parts: a complete version and a redacted version. Failure to adhere to these instructions may lead to rejection of the quotation. The checklist serves as a critical guide to ensure that all required elements are included for the proposal evaluation process. Overall, it underscores the importance of meticulousness and compliance in federal procurement processes.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the terms and conditions for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) information. Signatories must comply with all applicable laws, regulations, and directives governing the access, dissemination, handling, and safeguarding of these information categories. The agreement emphasizes the obligation to protect sensitive information from unauthorized disclosure, report security violations, and return all materials upon request or completion of duties. Violations can lead to cancellation of access, administrative, disciplinary, civil, or criminal action, and assignment of royalties to the U.S. Government for unauthorized disclosures. This NDA is crucial for federal government entities to maintain the security and integrity of sensitive information, particularly in the context of federal grants, RFPs, and state/local RFPs.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) establishes guidelines for individuals granted access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and sensitive but unclassified (SBU) information. The signatories commit to complying with security standards outlined in relevant laws, such as the Critical Infrastructure Information Act of 2002 and 49 CFR Part 1520. Key provisions include obligations to protect the information, familiarization with security protocols, handling of sensitive materials, and the requirement to report any security violations. Signatories are prohibited from unauthorized disclosure of information and must return all sensitive materials upon completion of their engagement. The NDA emphasizes the importance of safeguarding information that could affect national interests and outlines consequences for violations, including potential legal actions. This agreement underscores the DHS's commitment to protecting sensitive information vital for national security while defining individual responsibilities in maintaining security compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    PERIMETER FENCE INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the installation of approximately 100 linear feet of chain-link fencing with barbed wire at the USCG Sector Long Island Sound in New Haven, Connecticut. The project requires the fence to be 7 feet high, with specific design features including a top guard and barbed wire, and must be constructed using materials suitable for a corrosive environment. This installation is crucial for enhancing security measures at the facility, ensuring the fence integrates with existing structures and prevents unauthorized access during low tide. Interested contractors should submit their quotes on company letterhead, detailing costs by sections, to the primary contact, Coyet Carter, at coyet.a.carter@uscg.mil, and the Contracting Officer, Jason L. Williams, at jason.l.williams@uscg.mil, with all work to be completed within 30 calendar days of contract issuance.
    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.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    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.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Auger Assembly and Install
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the procurement and installation of four 6" Copper Dust Auger Systems at its facility in Glynco, Georgia. The objective of this procurement is to replace manual projectile and residue removal methods in indoor firearms ranges with automated auger systems, which will enhance operational efficiency and safety. The project involves fabricating, delivering, and installing all-steel auger assemblies equipped with Variable Frequency Drives (VFDs) and heavy-duty dust-control hoses, while the government will manage electrical connections and provide necessary infrastructure. Interested contractors must submit their quotes electronically by December 10, 2025, and are required to be registered in the System for Award Management (SAM) prior to award. For further inquiries, contact Gary Scidmore at gary.n.scidmore@fletc.dhs.gov or by phone at 912-280-5343.