Inactive
Notice ID:70RFP121QE2000002
The Department of Homeland Security (DHS), Federal Protective Service (FPS) Region 2 office has a requirement for the repair / replacement of multiple Video Surveillance System (VSS) cameras (ranging ...
The Department of Homeland Security (DHS), Federal Protective Service (FPS) Region 2 office has a requirement for the repair / replacement of multiple Video Surveillance System (VSS) cameras (ranging from pan-tilt-zoom, fixed, fixed dome, wall mounted, ceiling mounted and roof top mounted) all corresponding mounts; the installation of a new uninterrupted power supply (UPS) and, where necessary, the replacement of the aboveground and/or underground coaxial cabling, with customer-provided coaxial cable, at the Ron de Lugo Federal Building and US Courthouse, St. Thomas, United States Virgin Islands. The service will also include the installation of a UPS unit, four pairs of customer-provided Axis Ethernet Over Coax Adaptors, enclosures, and patch cables. Contractor is responsible for all ancillary installation and configuration associated with this requirement. All work shall be completed within 60 days following a notice to proceed. This requirement shall be furnished via a firm fixed price contract. This acquisition is being solicited as an unrestricted full and open 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 $22 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. A site visit can be requested. Contractors interested in conducting a site visit must contact Technical Security Program Manager Wilbur Cesar B Calope (Wilbur.B.Calope@fps.dhs.gov), Inspector Urayoan Vazquez-Toledo (Urayoan.Vazquez-Toledo@fps.dhs.gov), Physical Security Specialist Benjamin Martell (benjamin.martell@fps.dhs.gov), Area Commander Luis E. Martinez (luis.e.martinez@fps.dhs.gov), and courtesy copy Contract Specialist Anthony Mapp (anthony.mapp@fps.dhs.gov) to coordinate a time/date to conduct the site visit. Interested Contractors will have to bear the cost of the site visit. All questions must be submitted in writing to Contract Specialist Anthony Mapp (anthony.mapp@fps.dhs.gov), Technical Security Program Manager Wilbur Cesar B Calope (Wilbur.B.Calope@fps.dhs.gov) and courtesy copy Contracting Officer Andrea Chavoso (andrea.chavoso@fps.dhs.gov) by July 28, 2021. 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 Anthony Mapp (anthony.mapp@fps.dhs.gov) and courtesy copy Contracting Officer Andrea Chavoso (andrea.chavoso@fps.dhs.gov).