Lake Havasu Field Office Closed Circuit Television
ID: 140L6424Q0060Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTARIZONA STATE OFFICEPHOENIX, AZ, 85004, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for the upgrade of the Closed Circuit Television (CCTV) system at the Lake Havasu Field Office in Arizona. The project involves the removal of outdated components, installation of new equipment, and provision of training and maintenance services for a period of five years. This upgrade is crucial for enhancing facility security through advanced surveillance technology, with the contract set to commence on September 23, 2024, and conclude by December 23, 2024. Interested small businesses must submit their proposals by September 13, 2024, and can direct inquiries to Contracting Officer Lisa Hariper or Contract Specialist Cindy Gonzalez at chgonzalez@blm.gov or 720-854-8791.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management is issuing Solicitation Number 140L6424Q0060 for a Request for Quote (RFQ) to upgrade the facility’s Closed-Circuit Television (CCTV) system. This procurement follows the Federal Acquisition Regulation (FAR) 12.603 and 13.106 procedures and is classified as a 100% Total Small Business Set-Aside under NAICS code 541512, with a size standard of $30 million. Key components include a detailed Statement of Work outlining specific requirements, wage determinations, and mandatory clauses applicable to the acquisition. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, focusing on the technical approach and total cost. Offerors must ensure compliance with Representations and Certifications in the System for Award Management (SAM). A site visit is scheduled for September 5, 2024, and all inquiries must be submitted by September 6, 2024, with quotes due by September 13, 2024. This solicitation is part of the government’s effort to enhance facility security through updated technology and emphasizes transparency and competitive bidding within small businesses in the federal space.
    The document highlights a range of federal and state RFPs (Requests for Proposals) and grants focusing on infrastructure enhancements, environmental assessment, and community development. It outlines the criteria for submitting proposals, emphasizing the need for compliance with safety regulations and efficient resource management. Key points include the requirement for thorough project documentation, stakeholder engagement, and adherence to specific timelines. The emphasis is on fostering innovation and sustainable practices within grant applications, ensuring projects contribute positively to their respective communities. The structure includes sections detailing eligibility requirements, evaluation criteria, and funding priorities, demonstrating a systematic approach to funding allocation. This aligns with the government's objectives to enhance public services while ensuring effective oversight of taxpayer resources.
    The Bureau of Land Management (BLM) seeks to upgrade the Closed-Circuit Television (CCTV) system at its Colorado River District Office in Lake Havasu, Arizona. The project includes removing outdated components, installing new equipment, and providing training and ongoing maintenance for five years. The scope of work involves replacing specific indoor and outdoor camera units with specified Pelco models, ensuring compliance with industry standards and necessary licenses. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria specifically for small businesses. The work must be completed within 30 business days from the award date, with a single point of contact provided by the contractor for communication. Additional requirements emphasize adherence to safety and environmental standards and project management protocols, including site inspections and quality control measures. The summary outlines the project’s strict guidelines for installation, communication, and adherence to federal regulations, demonstrating the government's commitment to maintaining operational security through upgraded surveillance systems.
    The document outlines a Value Schedule related to a government solicitation for a project. It includes critical components needed for proposal submissions, such as project title, description, quantity requirements per acre, and labor categories. Additionally, it details miscellaneous deliverables or submittals required, associated due dates, and the percentage allocated for each task. It also accounts for travel requirements, specifying the number of days, hotel accommodations, and per diem rates for participants involved in the project. This structured framework assists in the transparent evaluation of proposals in response to federal and local RFPs, ensuring that stakeholders can effectively align resources and expectations. Overall, the document serves as a guideline for potential contractors, emphasizing clarity and detail necessary for compliance within government procurement processes.
    The document outlines the procurement requirements for a Closed Circuit Television Upgrade contract, including the incorporation of numerous Federal Acquisition Regulation (FAR) clauses that govern commercial items and services. Key clauses indicate the obligation of contractors to comply with regulations regarding subcontracting, equal opportunity, and specific prohibitions related to certain telecommunications and surveillance technologies. Additional provisions cover representations and certifications concerning small business status and compliance with various laws aimed at preventing discrimination and promoting labor standards. The document emphasizes the importance of transparency in contractor operations, detailing expectations of reporting structures, maintenance of records, and adherence to ethical standards. This comprehensive guide serves to ensure that contractors meet legal and ethical requirements while providing services to the government, highlighting the federal commitment to promoting small businesses and regulatory compliance.
    The Bureau of Land Management (BLM) seeks contractors to upgrade the Close-Circuit Television (CCTV) system at the Lake Havasu Field Office in Arizona. The project involves removing outdated system components, providing dedicated internet capability, procuring new equipment, and offering training and service contracts for future repairs. Offerors must submit a complete proposal, including a technical statement outlining their approach and capabilities, a value bid schedule, and must be registered in the System for Award Management (SAM). A mandatory site visit is scheduled for September 5, 2024, to inform contractors ahead of proposal submissions due by September 13, 2024. The evaluation will be based on a Lowest Price Technically Acceptable (LPTA) approach, assessing technical capabilities and pricing for reasonableness. The primary contacts for the solicitation are Lisa Hariper, the Contracting Officer, and Cindy Gonzalez, the Contract Specialist. This solicitation showcases the government's reliance on efficient procurement processes to enhance operational efficacy through necessary upgrades in security systems.
    The Bureau of Land Management (BLM) is soliciting proposals for a CCTV upgrade at the Lake Havasu Field Office, detailed in the Request for Proposal (RFP) 140L6424Q0060. The project involves upgrading systems across 18 locations, with completion required within 30 days post-award. Key technical specifications are outlined in the Statement of Work (SOW), which requires that all work be done during normal business hours, with contractors receiving visitor badges for security. The selection process will adhere to a Lowest Priced Technically Acceptable (LPTA) approach, necessitating both a technical statement and a bid from vendors. Familiarity with government contracting is beneficial, although not mandatory. The contract includes five years of post-installation service and maintenance, and vendors must be registered as small businesses on sam.gov. Interim progress payments may be requested, and vendors should verify cabling requirements during a scheduled site visit. The project's successful execution relies on fully understanding the outlined responsibilities, including the use of existing cabling where applicable and adherence to safety and access protocols.
    The document is an amendment to a federal solicitation (140L6424Q0060) issued by the Bureau of Land Management (BLM), modifying existing contract details and providing guidance for prospective contractors. The amendment addresses responses to questions raised during a site visit on September 5, 2024, specifying that the quote submission deadline remains unchanged at September 13, 2024, by 12:00 pm (MD). Interested parties must acknowledge receipt of this amendment through designated means and include their Unique Entity Identifier (UEI) with their submissions. This document underscores the importance of following the specified communication protocols and timelines as failure to do so may result in rejection of offers. The period of performance for the contract is set from September 23, 2024, to December 23, 2024. Key contact personnel for the solicitation are identified, including the Contracting Officer Lisa Hariper and Contract Specialist Cindy Gonzalez, providing relevant email addresses and phone numbers for inquiries. Overall, this amendment maintains all previously established terms and conditions while facilitating the submission process for contractors involved in the solicitation.
    The Bureau of Land Management (BLM), specifically the Lake Havasu Field Office, is issuing a Request for Proposal (RFP) for upgrading its Closed Circuit Television (CCTV) system. The envisioned project is set to commence on September 23, 2024, and conclude by December 23, 2024. The RFP calls for services that encompass labor, equipment, and materials necessary to fulfill the specifications outlined in the attached Statement of Work. The solicitation is categorized under the NAICS code 541512, which indicates a focus on small business size standards. Key contacts for the proposal include Contracting Officer Lisa Hariper and Contract Specialist Cindy Gonzalez, who will provide all necessary information and guidance. Respondents are required to include their Unique Entity Identifier (UEI) number in their submissions. Additionally, the RFP emphasizes adherence to federal acquisition regulations, further highlighting the need for compliance with necessary procedures. This solicitation reflects the government's ongoing efforts to enhance facility security through advanced technology and professional support services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The primary objective of this procurement is to ensure clean, safe, and operational facilities at various recreation sites, including vault toilet cleaning and litter removal, while adhering to environmental stewardship and public health standards. This contract is a total small business set-aside, with a performance period from October 1, 2024, to September 30, 2026, and offers must be submitted by September 19, 2024, following a site visit on September 9, 2024. Interested parties can contact Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766 for further inquiries.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    Dorm Parking Lot CCTV Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the upgrade of the CCTV system at Davis-Monthan Air Force Base dormitories in Tucson, Arizona. The project involves the installation and integration of approximately 77 new 4K HD cameras and 5 NVR systems across seven dorm parking lots, ensuring compatibility with the existing CCTV framework while adhering to safety and environmental compliance standards. This upgrade is crucial for enhancing surveillance capabilities and operational security at the base. Interested small businesses must submit their quotes by September 23, 2024, and can direct inquiries to Jonathan Turk at jonathan.turk@us.af.mil or Matthew Hackett at matthew.hackett.1@us.af.mil.
    7B--Facility Management System Motion Control Engineer
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.
    Headquarters CCTV Modernization 2024
    Active
    Transportation, Department Of
    The Department of Transportation (DOT) is seeking proposals for the Headquarters CCTV Modernization 2024 project, aimed at enhancing the physical security infrastructure at its headquarters in Washington, D.C. This initiative involves the procurement and installation of modern CCTV equipment, specifically transitioning from analog to digital systems, which includes replacing 13 existing cameras and ensuring interoperability with Bosch Systems components. The project is critical for improving surveillance capabilities and situational awareness for the DOT guard force, with a fixed-price contract anticipated to last 180 days. Interested small businesses must submit their technical and pricing proposals by September 24, 2024, with questions due by September 18, 2024; for further inquiries, contact Maliha Habib at maliha.habib.ctr@dot.gov or Robin Denise Gates at robin.gates@dot.gov.
    Purchase and installation of additional and replacement cameras to the existing Internet Protocol (IP) Video Surveillance System (VSS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is seeking qualified contractors for the purchase and installation of additional and replacement cameras for the existing Internet Protocol (IP) Video Surveillance System (VSS) at the Limbaugh Federal Courthouse in Cape Girardeau, Missouri. The project involves upgrading from outdated analog cameras to newer technology IP cameras, integrating a Network Video Management System (NVMS), and ensuring the system can monitor various security aspects while retaining video for a minimum of 30 days. This procurement is critical for enhancing security measures at federal facilities, with a contract performance period from October 1, 2024, to September 30, 2029, and options for maintenance services in subsequent years. Interested vendors must submit proposals by September 19, 2024, and can direct inquiries to Angela Varlow at Angela.Y.Varlow@fps.dhs.gov or Adam L. Reynoso at adam.l.reynoso@fps.dhs.gov.
    Burlington International Airport (BTV) CCTV System Upgrade and Viewing Station
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified contractors to upgrade the Closed Circuit Television (CCTV) system at Burlington International Airport (BTV). The project involves enhancing the existing Checked Baggage CCTV system by expanding server capacity and installing a new viewing station that integrates video feeds from three distinct systems: Checked Baggage, Passenger Screening, and Leased Office Space. This upgrade is crucial for maintaining high security standards at the airport, ensuring effective monitoring and compliance with TSA regulations. Interested small businesses must submit their proposals by the specified deadline, and for further inquiries, they can contact Kurt Allen at kurt.allen@tsa.dhs.gov. The solicitation documents, including amendments and pricing details, are available for review to ensure compliance with federal contracting requirements.
    J--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
    AV System Update for Courtroom 702
    Active
    Buyer not available
    The U.S. Bankruptcy Court for the District of Arizona is seeking qualified contractors to upgrade the audio-visual (AV) system in Phoenix Courtroom 702. This project involves the complete removal of outdated audio, video, and control systems, followed by the installation of new equipment and cabling as specified in the provided Scope of Work and associated drawings. The upgrade is crucial for enhancing courtroom functionality and ensuring efficient support for legal proceedings through modern AV technology. Interested vendors must submit their price quotes by September 19, 2024, with a site visit scheduled for September 9, 2024. For further inquiries, contact Tommie Wills at tommiewills@azb.uscourts.gov or by phone at 602-682-4978.
    7A--Cadastral Survey Carlson Software
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for the acquisition of Carlson brand name or equal software, specifically designed for civil, GIS, and survey applications. This procurement is necessitated by the obsolescence of existing software used for cadastral surveys, and the BLM has determined that Carlson's software uniquely meets its specific operational requirements. The contract, valued at approximately $106,837.50 for 37 units, will run from October 1, 2024, to September 30, 2025, with a focus on promoting participation from small, service-disabled veteran-owned, and women-owned businesses. Interested vendors should contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208 for further details and to ensure compliance with submission guidelines.