Video Surveillance System (VSS) Upgrade - Tennessee - CANCELLED
This notice is to inform interested parties that Solicitation 70RFP125QE4000003 for Video Surveillance System (VSS) Upgrade - Tennessee is hereby cancelled. The requirement is being cancelled due to significant changes in the Statement of Work (SOW) that affect the scope and objectives of the acquisition. The agency intends to reassess its needs and may issue a new solicitation in the future that reflects the revised requirements. Interested vendors are encouraged to monitor SAM.gov for future opportunities related to this requirement. 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. --------------------------------------------------------------------------------------------------- Amendment 0001 is hereby released to extend the submission date to November 21, 2025, 5:00 PM ET. --------------------------------------------------------------------------------------------------- Amendment 0002 is hereby released to extend the submission date to December 12, 2025, 5:00 PM ET.
Source ID: f7970028172e41648a89ac1565aa623c
Scope overview
This notice is to inform interested parties that Solicitation 70RFP125QE4000003 for Video Surveillance System (VSS) Upgrade - Tennessee is hereby cancelled. The requirement is being cancelled due to significant changes in the Statement of Work (SOW) that affect the scope and objectives of the acquisition. The agency intends to reassess its needs and may issue a new solicitation in the future that reflects the revised requirements. Interested vendors are encouraged to monitor SAM.gov for future opportunities related to this requirement. 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. --------------------------------------------------------------------------------------------------- Amendment 0001 is hereby released to extend the submission date to November 21, 2025, 5:00 PM ET. --------------------------------------------------------------------------------------------------- Amendment 0002 is hereby released to extend the submission date to December 12, 2025, 5:00 PM ET.
Full description
This notice is to inform interested parties that Solicitation 70RFP125QE4000003 for Video Surveillance System (VSS) Upgrade - Tennessee is hereby cancelled. The requirement is being cancelled due to significant changes in the Statement of Work (SOW) that affect the scope and objectives of the acquisition. The agency intends to reassess its needs and may issue a new solicitation in the future that reflects the revised requirements. Interested vendors are encouraged to monitor SAM.gov for future opportunities related to this requirement. 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. --------------------------------------------------------------------------------------------------- Amendment 0001 is hereby released to extend the submission date to November 21, 2025, 5:00 PM ET. --------------------------------------------------------------------------------------------------- Amendment 0002 is hereby released to extend the submission date to December 12, 2025, 5:00 PM ET.
Buyer & contacts
Documents
Similar tenders
Grit 20/40 Fine Coal Slag 4000lb Super Sacks, QPL 22262
<p>This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the addition
Technology Operational Experimentation Events (TOEE) 26 Experimentation Campaign focused on Emerging Technologies
<p><strong>Description</strong></p> <p>REQUEST FOR INFORMATION (RFI)</p> <p>Department of the Navy (DON) Office of Naval Research-Global (ONRG)</p> <p>The Technology Operational Experimentation Event (TOEE) 26 experim
ACCELEROMETER,MECHA
CONTACT INFORMATION|4|N774.10|BAF|Please refer to email|sherry.l.kaylor.civ@us.navy.mil | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving re
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.