Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2025 SAM #8707
SOLICITATION NOTICE

N -- Video Surveillance System (VSS) Upgrade - Tennessee

Notice Date
9/26/2025 6:38:51 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FPS EAST CCG DIV 1 ACQ DIV PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
70RFP125QE4000003
 
Response Due
10/17/2025 2:00:00 PM
 
Archive Date
11/01/2025
 
Point of Contact
Donavan Redd, Todd Wanner
 
E-Mail Address
Donavan.M.Redd@fps.dhs.gov, todd.m.wanner@fps.dhs.gov
(Donavan.M.Redd@fps.dhs.gov, todd.m.wanner@fps.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
To obtain access to documents pertaining to this requirement, explicit access must be requested, and a signed Non-Disclosure Agreement (NDA) emailed to Contract Specialist Donavan Redd (Donavan.M.Redd@fps.dhs.gov) and courtesy copy Contracting Officer Todd Wanner (Todd.M.Wanner@fps.dhs.gov). The Department of Homeland Security (DHS), Federal Protective Service (FPS) Region 4 office has a requirement to purchase and installation of a new standalone, Network Video Management System (NVMS), (1) NVR (1) UPS (26)Twenty-six fixed/panoramic and Multi-Sensor IP cameras, (3) Three client workstations with (3) 32� Monitors , control center flat panel monitors, and all additional equipment and appurtenances necessary for a fully functional IP VSS located at The Odell Horton Federal Building 167 North Main Street Memphis, TN 38103-1816 . The VSS shall monitor vehicle traffic, personnel entry, emergency exits, the exterior perimeter of the facility, and other critical asset areas. The VSS shall retain video for a minimum of 30 days plus 25% additional storage space for future expansion. Storage shall be calculated at full camera resolution, full frame rate, and low compression. All systems shall be stand-alone and separated from all other computer networks and do not require internet access. All work shall be completed within 75 business days following contract award. This requirement shall be furnished via a firm fixed price contract. This acquisition is being solicited as a total Small Business Set-aside solicitation. The source selection process to be utilized for this acquisition is best value / trade off. The technical, non-price factors, when combined, are more important than price. The submission requirements and evaluation criteria are defined in the solicitation. The North American Industry Classification System (NAICS) code is 561621 with size standard is $25 million. The Contractor is required to register with the System for Award Management (SAM) at http://www.sam.gov. No contract award shall be made to any contractor that is not registered or in the process of registering with the System for Award Management. All questions must be submitted in writing to Contract Specialist Donavan Redd (Donavan.M.Redd@fps.dhs.gov) and courtesy copy Contracting Officer Todd Wanner (Todd.M.Wanner@fps.dhs.gov) by October 06, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/49db5fc747e142509b3c88c6441162a7/view)
 
Place of Performance
Address: Memphis, TN 38103, USA
Zip Code: 38103
Country: USA
 
Record
SN07606010-F 20250928/250926230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.