This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and the addenda applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and addenda applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and all the additional FAR clauses marked with an "X" in the clause are applicable to the acquisition. The Department of Homeland Security (DHS), Federal Protective Service (FPS) is issuing a combined synopsis/solicitation for the purpose of awarding a firm-fixed price purchase order. Quotes must include a total price for all labor, supervision, tools, materials, equipment necessary to replace the exterior/interior and upgrade the Video Surveillance System (VSS) at the G.H. Fallon Federal Building, 31 Hopkins Plaza, Baltimore, MD 21201.
The system consists of but not limited to the following: new IP technology multi-head (19 three and 11 four head sensor units) and 8 single lens dome cameras. Due to the use of multi-head cameras, the image views will increase to a total of 109. Most existing exterior perimeter camera locations will be replaced with new 3 and 4 head multi-sensor cameras, providing a 180-to-270-degree field of view (FOV). For interior camera locations, 1st floor main lobby screening/ entrance will have ceiling mounted 3 and 4 head multi-sensor cameras, with a dome camera located at each stairwell with an entrance to the facility. A new client workstations will be provided at the PSO desk with 4 monitors. Additional client workstations will be located within the FPS control room, garage employee entrance and the FPS Office location. Each workstation will have a wall mounted or desk stand 4K HD LED flat screen monitor(s) ranging from 32”-42”. Location of the headend equipment will be the FPS security control room. All headend equipment to be upgraded/replaced, such as the NVR/server, IP switches, monitors, CPU, and all supporting backbone (communication new CAT 6/7 cabling), four-hour minimum battery backup of the entire VSS system and all additional equipment and appurtenances necessary for a fully functional IP VSS system in accordance with the attached statement of work to provide a 100% turnkey (functional) system.
A highly recommended (see Solicitations Provisions titled, Site Visit Attendance) site visit will occur on July 22, 2025. Please contact James Austin at james.austin@associates.fps.dhs.gov, Marcus Mason at Marcus.L.Mason@fps.dhs.gov no later than July 21, 2025 confirming your attendance for the site visit. Questions regarding this RFQ shall be submitted via email to James Austin at james.austin@associates.fps.dhs.gov, and Marcus Mason at Marcus.L.Mason@fps.dhs.gov. no later than July 25, 2025, at 4:00 PM EDT. Vendors are requested to submit quotes in response to this RFQ via email at james.austin@associates.fps.dhs.gov and Marcus Mason at Marcus.L.Mason@fps.dhs.gov, no later than August 29, 2025 at 4:00 PM EDT.