Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
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 Department of Homeland Security (DHS), Federal Protective Service (FPS), is soliciting proposals for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services (USCIS) Building in Tukwila, WA. This is a 100% Total Small Business Set-Aside acquisition. Proposals are due by January 26, 2026, at 9:00 AM PT.
Scope of Work
This Request for Quotation (RFQ) requires a contractor to provide a firm-fixed-price solution for a comprehensive VSS upgrade. Key requirements, as detailed in the significantly revised Statement of Work (SOW) and amendments, include:
- System Installation: Purchase, install, and configure a new Network Video Recorder (NVR) solution, IP cameras (counts and types adjusted by amendments), a PoE network switch, and an Uninterrupted Power Supply (UPS) with a minimum of four hours backup.
- Integration: All new equipment must be fully compatible and integrate with the existing American Dynamics Video Edge NVR and Victor Unified Video Management System (VMS). The VSS will operate on a standalone network, with the contractor responsible for IP assignment and configuration.
- Cabling: Existing Cat5 cabling may be reused if runs do not exceed 270 feet, requiring testing and certification to ANSI/TIA/EIA-568-B standards.
- Software Licensing: Only initial software licenses, support agreements, and firmware/software updates for installation and integration should be included in pricing; recurring costs are not expected.
- Deliverables: Provide operator/administrator training, O&M manuals, as-built drawings, and a Project Plan.
- Compliance: Adherence to Section 889 of the 2019 John S. McCain NDAA.
- Work Conditions: Potential for after-hours and weekend work may be required to minimize tenant disruption.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621 (Size Standard: $25 million)
- Period of Performance: 75 business days following receipt of the Notice to Proceed.
- Registration: Contractors must be actively registered in SAM.gov.
Submission & Evaluation
Award will be based on a best value source selection process. Evaluation factors prioritize Technical Specifications, followed by Past Performance, and then Price. Offerors must submit detailed lists of proposed hardware, software, licensing, materials, calculations, and manufacturer certifications. Past performance will be assessed using projects from the last three years. Offerors must use the latest revised Statement of Work (SOW), Quotation Checklist (Attachment E), and Instructions to Offerors.
Key Dates & Amendments
- Proposal Due: January 26, 2026, at 9:00 AM PT (extended by Amendment 0004).
- Published Date: January 22, 2026.
- Amendments: Multiple amendments (0001, 0002, 0003, 0004, 0005) have significantly revised the SOW, attachments, and extended the due date. A Q&A document also provided critical clarifications. Offerors must acknowledge all amendments.
- Contact: Thomas E Westlake, Contract Specialist, Thomas.Westlake@fps.dhs.gov.