The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



HOMELAND SECURITY, DEPARTMENT OF, OFFICE OF PROCUREMENT OPERATIONS, FPS EAST CCG DIV 3 ACQ DIV, 701 MARKET STREET, SUITE 3200, PHILADELPHIA PA 19106


N -- Purchase/Install Intrusion Detection System (IDS) - Richmond, VA SOL 70RFP325QE3000020 DUE 05/30/2025 at 04:00PM -04:00 POC James Austin, james.austin@associates.hq.dhs.gov, tel:2156800798 Marcus Mason, marcus.l.mason@fps.dhs.gov, tel:8176901657

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 2025-03. 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 for the removal of the existing Intrusion Detection Systems (IDS) and the purchase, installation of a completely new IDS system. The system consists of but not limited to the following: Alarm Control Panel w/tamper, Alarm Keypads, Biased Door Contacts, Wireless High Powered Repeater w/Transformer and Wireless Universal Transmitter. The location, Lewis F Powell United States Courthouse/Annex Building, 1000/1100 East Main Street, Richmond, VA 23219.
A highly recommended (see Solicitations Provisions titled, Site Visit Attendance) site visit will occur on April 29,2025.  Please contact James Austin at james.austin@associates.fps.dhs.gov, Marcus Mason at Marcus.L.Mason@fps.dhs.gov no later than April 28, 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 May 2, 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 May 30, 2025 at 4:00 PM EDT.

Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/0c3a5c1f5b35421d8cf30bdaf2ffd9cf/view

OutreachSystems Article Number: 20250514/PROCURE/0174
Matching keyword(s): transform*;