N--Provide Replacement of Video Surveillance System - Martin Luther King, Jr. Nati
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service, Contracting Operations (ConOps) East, under the Department of Interior, intends to issue a solicitation for the Replacement of the Video Surveillance System at the Martin Luther King, Jr. National Historic Park in Atlanta, Georgia. This is a Women-Owned Small Business (WOSB) Set-Aside. The formal solicitation is anticipated on or about April 25, 2026.
Scope of Work
This requirement involves the replacement of the existing video surveillance system according to project specifications and design plans. The work falls under NAICS 236220 (Commercial and Institutional Building Construction) with a $45,000,000.00 small business size standard, and PSC N063 (Installation Of Equipment: Alarm, Signal, And Security Detection Systems). Davis Bacon prevailing wages for Fulton County, Georgia will apply.
Contract & Timeline
- Type: Single Firm-Fixed-Price contract
- Set-Aside: Women-Owned Small Business (WOSB)
- Published: April 9, 2026 (Pre-solicitation Notice)
- Formal Solicitation Release: On or about April 25, 2026 (subject to change)
- Offers Due: Approximately 30 days after solicitation issuance (exact date TBD)
- Pre-Solicitation Inquiry Deadline: April 24, 2026, 1:00 PM ET
Eligibility & Evaluation
Interested offerors must have an active vendor record in SAM.gov, be a certified Women-Owned Small Business under NAICS 236220, and not have any exclusions. Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors.
Additional Notes
Only one formal site visit will be scheduled, with details provided in the solicitation. Hard copy documents, including drawings, will not be available; all materials will be posted for download on SAM.gov. This is a pre-solicitation notice for informational purposes only and does not obligate the Government to issue a solicitation. Inquiries regarding this pre-solicitation should be sent via email to Edward Dingle (edward_dingle@ios.doi.gov) by the inquiry deadline. Offerors can add their name to the "Interested vendors" list on SAM.gov to receive updates.