VIDEO SURVEILLANCE SYSTEM PROJECT AT BOGGS FEDERAL BUIILDING
ID: 70RFP325REH000006Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 3 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Other Communications Equipment Manufacturing (334290)

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) is seeking qualified contractors to provide installation, upgrade, and removal services for a Video Surveillance System (VSS) at the J. Caleb Boggs Federal Building in Wilmington, Delaware. The selected contractor will be responsible for delivering all necessary labor, materials, management, expertise, transportation, supervision, training, licenses, and permits as outlined in the Statement of Work (SOW). This project is critical for enhancing security measures at the federal facility, ensuring compliance with safety standards. Interested parties should contact Steven Abbey at Steven.Abbeyii@fps.dhs.gov or Melissa Stolle at melissa.stolle@fps.dhs.gov for further details, and must access the amended RFQ attachment for updated information regarding the solicitation provisions and terms.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    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 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.
    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 OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    CCTV Installation
    Buyer not available
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.
    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.
    Soft-Sided Facilities and Wrap-around Services
    Buyer not available
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    USCG SLEDGE FIRE ALARM SERVICE REQUEST
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the fire alarm system aboard the USCGC SLEDGE from the obsolete Notifier AFP 200 to the Notifier AFP 320. The contractor will be responsible for providing all necessary labor, materials, and tools to renew the fire alarm system components, ensuring compliance with specified standards, and conducting system tests and training for the ship's crew upon completion. This upgrade is critical for maintaining safety and operational readiness aboard the vessel, with work to be performed at the Coast Guard facility in Baltimore, Maryland, within a 14-day period following the commencement of the contract. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further details.
    Justification and Approval-PSO Services TN Statewide
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking services related to Justification and Approval for PSO Services across the state of Tennessee. The procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in various facilities. Interested vendors can find further details in the attached documentation, and they are encouraged to reach out to the primary contact, John Liu, at john.c.liu@fps.dhs.gov or by phone at 215-521-3112, or the secondary contact, Kelly Minturn, at Kelly.M.Minturn@fps.dhs.gov, for additional inquiries.
    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.