Skip to main content

An official website of the United States government

You have 2 new alerts

Closed Circuit Video (CCV) Repair - US Virgin Islands

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: Solicitation (Updated)
  • Updated Published Date: Feb 14, 2024 04:01 pm EST
  • Original Published Date: Jan 26, 2024 01:11 pm EST
  • Updated Date Offers Due: Mar 15, 2024 05:00 pm EDT
  • Original Date Offers Due: Feb 21, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 30, 2024
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Christiansted , VI 00820
    USA

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 2 office has a requirement to provide, repair, replace and relocate closed circuit video (CCV) components, program, test and document at the Almeric Christian Federal Building, 3013 Estate Golden Rock, St. Croix, USVI, 00820.  The contractor shall provide all labor, material, management, expertise, transportation, supervision, training, equipment rental, certificates of insurance, licenses and permits to complete the requirement. All work shall be completed within 60 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), Technical Security Program Manager Wilbur Cesar B Calope (Wilbur.B.Calope@fps.dhs.gov) and courtesy copy Contracting Officer Todd Wanner (Todd.M.Wanner@fps.dhs.gov) by March 4, 2024.

--------------------
Amendment 0001 is posted. The due date for offers is extended to March 15, 2024 at 5:00 PM ET. The Government anticipates posting responses to contractor questions by close of business on March 4, 2024.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History