Purchase & Install Security System
ID: 140A1325Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSPACIFIC REGIONSACRAMENTO, CA, 95825, 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 Bureau of Indian Affairs (BIA) is seeking proposals for the purchase and installation of a new security system at its Southern California Agency office in Riverside, CA, following incidents of vandalism and theft. The project aims to upgrade outdated security equipment, requiring advanced video surveillance, alarm systems, access control features, and compliance with federal regulations, particularly those from the Department of Homeland Security. This initiative is crucial for enhancing the safety of employees and property, with a performance period scheduled from February 17, 2025, to March 31, 2025. Interested contractors must submit their proposals by January 23, 2025, and can direct inquiries to Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA) is seeking proposals for the complete overhaul of its security system at the Southern California Agency office in Riverside, CA, due to previous vandalism and theft incidents. The project aims to upgrade the antiquated security equipment to ensure the safety of employees and property. Required deliverables include advanced video surveillance and analytics systems, upgraded alarm systems, new cabling, and enhanced access control features. The project is independent of the BIA network and must comply with federal regulations, specifically those of the Department of Homeland Security. The Contracting Officer will oversee the contract, ensuring compliance and addressing any performance issues. The contractor must prioritize safety and health standards during project execution. This initiative underscores the BIA's commitment to enhancing security measures at its facilities to prevent future security breaches.
    The document outlines wage determinations under the Service Contract Act, specifying minimum hourly wage rates and applicable fringe benefits based on the type of contracts and executive orders in place. For contracts established or renewed on or after January 30, 2022, contractors must pay at least $17.75 per hour under Executive Order 14026, while earlier contracts fall under Executive Order 13658 with a minimum of $13.30 per hour. Additionally, it includes various occupational wage rates, benefits, and compliance requirements for contractors regarding employee compensation and rights.
    This document serves as Amendment 0001 to solicitation number 140A1325Q0001, issued by the Bureau of Indian Affairs (BIA) Pacific Region, and outlines significant modifications to the request for quotations (RFQ). The primary purpose of this amendment is to extend the due date for the submission of offers from the original date to February 10, 2025, at 09:00 Pacific Standard Time. Additionally, all references to the Indian Small Business Economic Enterprises (ISBEEs) set-aside have been removed, changing the RFQ focus to all Small Businesses. Interested parties submitting quotations must acknowledge the amendment by filling out specified sections and including this amendment with their submissions. Queries regarding the amendment should be directed to the provided email address. The operational timeline for the contract is set for February 17, 2025, through March 31, 2025. Overall, the amendment modifies the solicitation process while ensuring compliance with government contracting regulations and broadening the potential vendor pool.
    The document outlines Amendment 0002 to solicitation RFQ# 140A1325Q0001, related to the purchase and installation of a security system by the Bureau of Indian Affairs (BIA). This amendment addresses clarifications by releasing previously submitted questions and BIA's responses, crucial for potential contractors in their proposal preparation. Key details include the specified equipment (e.g., license plate cameras, access control system) and the period of performance scheduled from February 17, 2025, to March 31, 2025. The amendment instructs bidders to acknowledge receipt of the amendment and complete specified blocks in their submission. Notably, it clarifies that various tasks, such as electrical work and trenching, must be included in the contractor's scope of work. The communication, directed by contracting officer Jodi Zachary, emphasizes compliance with procedural requirements, ensuring that contractors have a clear understanding of project expectations and responsibilities to avoid rejection of their offers. This amendment reinforces the government's commitment to transparency and clarity in the procurement process while ensuring the project's technical and operational requirements are met effectively.
    The document pertains to the amendment of solicitation number 140A1325Q0001 regarding the purchase and installation of a security system by the Bureau of Indian Affairs (BIA) in Sacramento, CA. Amendment 0003 focuses on responding to previously submitted questions and clarifying technical specifications for the proposal. The period of performance for the project is scheduled from February 17, 2025, to March 31, 2025. Key points include the installation of a new video management system (VMS) and network video recorder (NVR) with a specified 60-day video storage requirement, replacing the entire access control system that will manage two existing doors and an additional new door. The proposal will utilize key fobs rather than government-issued PIV smart cards. The document outlines specific requirements for license plate readers and intercom systems, emphasizing the use of wired connections for security devices and specifying that no wireless components are allowed. Locations for monitoring equipment are detailed and require further discussion by interested contractors. The amendment mandates that all parties must acknowledge receipt through the specified channels to ensure compliance. Overall, the document facilitates a clear and structured response to bidder inquiries, ensuring clarity and transparency in the procurement process.
    The document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) for the purchase and installation of a new security system in Southern California. It outlines the project's requirements, including the need for various security equipment, such as AI appliances, license plate recognition cameras, alarm systems, and access control hardware. The acquisition is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and follows a firm-fixed-price contract model. Key details include the timeline, with a requirement for completion by March 31, 2025, and a solicitation response deadline of January 23, 2025. The project emphasizes compliance with various federal regulations and standards, including the Federal Acquisition Regulation (FAR) and specific clauses regarding telecommunication services. The RFP specifies the importance of adherence to performance and inspection standards, with clear guidelines on invoicing and payment procedures to ensure timely reimbursements for services rendered. Overall, the document serves as a structured call for vendors to propose suitable solutions that meet the outlined specifications while advancing the BIA's mission to enhance security operations within Indian communities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R--Geographic Information Systems (GIS) Modernization
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Security System Service - LRGV
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its Lower Rio Grande Valley (LRGV) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The procurement includes comprehensive services such as coordinating with the Security Services Division, maintaining and upgrading security system software, and ensuring 24/7 operational support, including on-call repairs and annual inspections. This opportunity is critical for enhancing the security infrastructure at key U.S. border facilities, with a contract structured for a base year and four optional extensions, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by January 5, 2026, and are encouraged to arrange a site visit on December 17, 2025, with inquiries directed to Seone Michael Jones at seone.jones@ibwc.gov.
    F--Fire Suppression Support Services
    Buyer not available
    The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is seeking to establish multiple Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for Fire Suppression Support Services. The objective is to secure up to 10 BPAs with a duration of five years, aimed at providing timely and effective fire suppression on Indian lands, thereby protecting natural resources, forests, wildlands, and Tribal Residents under BIA oversight in Eastern Oklahoma. Eligible contractors include fire departments, districts, non-profit associations, or political subdivisions authorized to provide wildland fire protection within Oklahoma, with an emphasis on City, State, Rural, and Volunteer Fire Departments. Interested parties can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details.
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    ATVs for DESCRM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.