Skip to main content

An official website of the United States government

You have 2 new alerts

Video Surveillance System (VSS), Burlington Federal Building United States Post Office and Courthouse, Burlington, VT

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Apr 06, 2022 04:30 pm EDT
  • Original Date Offers Due: May 05, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 20, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
  • Place of Performance:
    Burlington , VT 05401
    USA

Description

The Department of Homeland Security (DHS), Federal Protective Service (FPS) Region 1 office has a requirement for the installation of a new Video Surveillance System (VSS) and IP Cameras at the Burlington Federal Building United States Post Office and Courthouse, 11 Elmwood Street, Burlington, VT.  The primary objective of the new system is real-time monitoring and archiving of video to deter and detect potential threats to the facility. The Contractor will be responsible for all ancillary installation and configuration associated with this requirement.  The Contractor, after receiving a written “Notice to Proceed” from the Contracting Officer, must complete the installation, including testing and acceptance within ninety (90) days.             

This requirement shall be furnished via a firm fixed price contract.  This acquisition is being solicited as a small business set aside. 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 will be held on April 14, 2022.  Contractors interested in conducting a site visit must contact FPS Region 1 Assessment Program Manager David Durfee (david.durfee@fps.dhs.gov), Inspector Ken LaVigne (kenneth.c.lavigne@fps.dhs.gov) and courtesy copy Contracting Officer Daniel Rapoport (daniel.rapoport@fps.dhs.gov) to coordinate the site visit. Interested Contractors will have to bear the cost of the site visit.

All questions must be submitted in writing to Contracting Officer Daniel Rapoport (daniel.rapoport@fps.dhs.gov) and FPS Region 1 Assessment Program Manager David Durfee (david.durfee@fps.dhs.gov) by April 21, 2022, at 1400 ET.

To obtain access to documents pertaining to this requirement, explicit access must be requested, and a signed Non-Disclosure Agreement (NDA) emailed to Contracting Officer Daniel Rapoport (daniel.rapoport@fps.dhs.gov).

Contact Information

Contracting Office Address

  • 701 MARKET STREET, SUITE 3200
  • PHILADELPHIA , PA 19106
  • USA

Primary Point of Contact

Secondary Point of Contact

History