SLED Opportunity · FLORIDA · CITY OF HOMESTEAD

    Surveillance Camera Technical Configuration and Layout Strategy, Furnished, and Installed in Homestead Station

    Issued by City of Homestead
    cityRFPCity of HomesteadSol. 231711
    Closed
    STATUS
    Closed
    due Apr 1, 2026
    PUBLISHED
    Mar 6, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541512
    AI-classified industry

    AI Summary

    RFP for design, equipment furnishing, and installation of an IP-based video surveillance system at Homestead Station Parking Garage, funded by Florida DEO and HUD grants, emphasizing forensic-quality video and public safety.

    Opportunity details

    Solicitation No.
    231711
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 6, 2026
    Due Date
    April 1, 2026
    NAICS Code
    541512AI guide
    Jurisdiction
    City of Homestead
    State
    Florida
    Agency
    City of Homestead

    Description

    The purpose of this Request for Proposals (RFP) is to solicit qualified firms to provide technical design and configuration services, develop a comprehensive system layout strategy, furnish all necessary equipment, and install a fully integrated IP-based video surveillance system for the Homestead Station Parking Garage.

    The proposed system shall deliver forensic-quality video suitable for criminal investigations, serve as a visible deterrent to unlawful activity, and provide actionable operational intelligence to support effective facility management and public safety.

    This project is funded by the State of Florida Department of Economic Opportunity (DEO) flow-through grant from the U.S. Department of Housing and Urban Development (HUD).  All procurement and contracting for this project shall abide by all applicable State and Federal laws, rules, and regulations, as now in effect and as may be amended from time to time, including but not necessarily limited to, the Federal laws and regulations set forth at 24 C.F.R. part 570 subpart I (the State Community Development Block Grant Program) and 24 C.F.R. part 58 (Environmental Review Procedures for Entities Assuming HUD Environmental Responsibilities) and chapter 73C-23.0081(2), Florida Administrative Code (F.A.C.), Effective: May 27, 2018.  The Contractor shall comply with all federal requirements pursuant to Subgrant Contract No.22CV-E17 between the State of Florida Department of Economic Opportunity (now known as the Florida Department of Commerce) and the City of Homestead.

    The City of Homestead is an Equal Opportunity Employer. MBE/WBE/DBE businesses are encouraged to participate.

    Background

    The Homestead Station Parking Garage is a mixed-use development and event space that demands a surveillance system that serves both proactive security deterrence and reactive forensic investigation.

    Project Details

    • Reference ID: 202611
    • Department: General Services Administration
    • Department Head: Israel Salgado (Director of General Services Administration)

    Important Dates

    • Questions Due: 2026-03-25T18:00:18.799Z
    • Pre-Proposal Meeting: 2026-03-17T15:00:27.409Z — A NON-MANDATORY pre-proposal meeting will be held on the date and time listed above in the Procurement & Contract Services Department conference room located at 450 SE 6th Avenue, Homestead, Florida 33030. At that conference all work will be discussed and all questions answered. No questions will be answered verbally except at the pre-proposal conference. You may submit questions via the Questions & Answer tab. Microsoft Teams Meeting: https://teams.microsoft.com/meet/2769118392412?p=kAPbFtFh0VeJNn9UOO Virtual Option: Join the meeting now Meeting ID: 276 911 839 241 2 Passcode: 3BV9JT7T _______________________________________ Dial in by phone +1 929-346-7292,,155960184# United States, New York City Find a local number Phone conference ID: 155 960 184#

    Meetings & Milestones

    EventDateLocation
    Council MeetingCity Hall Council Chambers 100 Civic Court Homestead, FL 33030
    Committee of the WholeCity Hall Council Chambers 100 Civic Court Homestead, FL 33030
    PublicationSD Newsleader & South Florida Business Journal

    Addenda

    • Official Notice #1: Pre-Proposal Sign In Sheet 03/17/2026 (released 2026-03-17T17:47:58.981Z)
    • Addendum #1 (released 2026-03-30T12:45:52.821Z)
    • Official Notice #2: Addendum #1 (released 2026-03-27T21:52:17.508Z)

    Evaluation Criteria

    • Technical Approach & Layout Strategy (35 pts)

      This will include, at a minimum, quality of the simulations; justification of hardware for garage lighting; infrastructure resilience.

    • Vendor Qualifications & Team (20 pts)

      This will include, at a minimum, certifications (RCDD/NICET); municipal experience; depth of technical staff

    • Cybersecurity & Compliance (15 pts)

      This will include, at a minimum, NDAA status; encryption methods; data privacy protections.

    • Support & Maintenance Model (15 pts)

      This will include, at a minimum, strength of Service Level Agreement (SLA), health monitoring capabilities, and response time guarantees

    • Total Cost of Ownership (TCO) as presented on 13. Pricing Schedule (15 pts)

      *Points for the fee will be determined by the below formula and provided to the evaluation committee by Procurement:

      • Second lowest cost – lowest cost = X
      • X divided by lowest cost = Y
      • Y times the total number of cost points = Z

      Total number of cost points – Z = Points assigned to the second lowest

    Submission Requirements

    • Respondents are solely responsible for ensuring that their submittals are complete, uploaded, and submitted in the City's e-Procurement Portal by the due date and time. (required)

      Respondents are expected to organize their submittals in such a manner as to facilitate the evaluation process. Submittals should be keyed or indexed to correspond with this solicitation. Responses should be correlated to the specific submittal, criterion, section or paragraph number of the solicitation being addressed.

      Evaluators will make a reasonable effort to locate information in the responses; however failure to follow this suggested format may make location of critical submittal information difficult, possibly resulting in a loss of appropriate credit.

    • Section 5.1. TITLE PAGE (required)

      Show the name of Proposer's firm, address, telephone number, name of contact person, date, and the subject: 202611 Surveillance Camera Technical Configuration and Layout Strategy, Furnished, and Installed in Homestead Station.

    • Section 5.2. TABLE OF CONTENTS (required)

      The table of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages must be consecutively numbered and correspond to the Table of Contents. Clearly identify the material by section and page number.

    • Section 5.3. LETTER OF TRANSMITTAL/APPROACH (required)

       

      The Proposer shall provide an introduction letter on corporate letterhead, signed by an authorized representative of the company. The letter should clearly indicate the company name, address and signature. This letter shall provide a brief narrative highlighting the Proposer’s proposal. This tab section should not include cost quotations.

      1. Provide a narrative of the proposed approach and methodology for engaging City representatives in the course of performing the services. Proposer shall explain its understanding of the work to be performed, the commitment to perform the work, and a statement explaining why the contractor believes itself to be qualified to perform the engagement. Briefly state your firm's understanding of the work to be done and provide a positive commitment to perform the work.
      2. Give the names of the person(s) who will be authorized to make representations for your firm, their titles, addresses and telephone numbers.
      3. Confirm responsibility for full system functionality.
    • Section 5.4. FIRM QUALIFICATIONS, EXPERIENCE, AND CORPORATE STABILITY (required)

       

      Each Firm shall submit information and documentation requested that confirms it meets the following qualification requirement(s):

      1. Overview of firm - Describe the size of the Firm and its ability to provide required services to the City. Include the location of the Firm. Also provide the following: firm name, name of parent company (if applicable), complete business address, state of incorporation, number of years in business, Dun and Bradstreet number, licenses obtained to conduct business with the City.
        1. Describe your current operations and the manner and scope of other services provided currently or in the last five (5) years. Describe the Firm's management capacity and system for coordinating all of the services to be provided under this RFP and any other contracts of the Firm. Further, discuss how it plans to handle and coordinate all these efforts, along with the services to be performed pursuant to the RFP, if awarded a contract.
        2. Provide information as to whether Firm has been acquired, plans to be acquired or merged with any other firms in the future, if known. Explain how said merger with another entity(s) may affect the services to be provided to the City, if any.
      2. Litigation – list all history of litigation, including pending, lawsuits, disputes, filing of or any pending bankruptcy proceedings, including the disposition of same, filed against the Proposer relating to the work described herein that your firm has been involved in within the last five (5) years. This list shall include each project name and the nature of the litigation, filing or claim.
      3. Subcontractors – list any sub-contractors that may be used to accomplish this service.
    • Section 5.5. REFERENCES AND SIMILAR PROJECTS (required)

       

      To demonstrate experience and success in conducting similar work, the proposer shall provide a minimum of three (3) references where the Firm has successfully integrated a surveillance system into an existing citywide Video Management System (VMS), preferably within the last five (5) years.  The City will evaluate this item based on the similarity of the reference projects provided.  The City desires proposers to submit reference projects similar to this project, where low-light conditions and challenging infrastructure were encountered.

      Projects with appropriate reference information, concentrating only on those projects completed within the last five (5) years or currently underway by the Proposer’s firm, as follows: 

      1. Client name, address, phone number, and email address
      2. Description of all services provided
      3. Performance period
      4. Total annual amount of contract
      5. Name of team members who were actively involved in providing services for the reference.
      6. If services terminated prior to the end of the contract term, explain why.

      The City may contact references to verify performance and may ask for additional references should the City desire.

      NOTE: Please do not include projects completed or currently underway with the City of Homestead.

    • Section 5.6. KEY PERSONNEL QUALIFICATIONS AND EXPERIENCE (required)

       

      Provide an organizational chart and resumes for all assigned key personnel (Project Manager, Lead System Designer/Configurator, Lead Installation Technician).

      A.    Highlight and provide proof of required licenses, such as the Certified Electrical Contractor (EC) license and Low Voltage/Alarm System Contractor (EF/EJ) license.
      B.    Provide proof of desirable BICSI RCDD or NICET Video Security Systems Designer certifications.
      C.    List qualifications of each employee that will be assigned to this contract.  Resumes shall be submitted for each person.
      D.    Identify point of contact for this contract.

    • Section 5.7. TECHNICAL APPROACH AND LAYOUT STRATEGY (required)

       

      1. Describe how your proposed camera selection and placement specifically addresses the challenge of headlamp glare and high-contrast lighting (bright sunlight vs. dark shadows) common in the ingress/egress areas of this facility.
      2. State the technical specifications (Resolution, Sensor Size, WDR dB rating, and Lens Type) you have selected for each Zone and explain why these meet "Industry Standard Minimum Specifications" for this use case.
      3. Lifecycle & Roadmap Disclosure Requirements
        1. Manufacturer Support Roadmap: For each primary camera model and server proposed, provide the official manufacturer’s lifecycle statement. State the "Original Release Date" and the "Estimated End-of-Support Date." Proposers must certify that the manufacturer intends to support the proposed models with firmware updates and replacement parts for a minimum of five (5) years following final project acceptance.
        2. Security Update Commitment: Confirm that the proposed hardware and its internal components currently receive regular security and performance firmware updates. Provide the frequency of these updates over the last 24 months for the proposed models.
      4. Layout and Performance Simulation Proof
        1. Provide a sample Pixel Density Map or 3D field-of-view simulation for the garage’s main entrance. This must demonstrate that your proposed 4K/multi-sensor cameras will meet the operational requirement for identification.
    • Section 5.8. CYBERSECURITY & COMPLIANCE (required)

       

      1. Submit a Mandatory NDAA Section 889 Compliance Certification stating that no prohibited components from Hikvision, Dahua, or their affiliates are included in your proposal.
      2. Provide a System Hardening Plan detailing how you will implement End-to-End Encryption (TLS 1.2/AES-256), Multi-Factor Authentication, and regular firmware patch management.
    • Section 5.9. SERVICE LEVEL AGREEMENT AND POST-INSTALLATION SUPPORT (required)

       

      1. Service Level Agreement (SLA)
        1. Define your Service Level Agreement (SLA): What are your guaranteed response and resolution times for a critical system failure (e.g., server down or >25% of cameras offline)?
      2. Post-Installation Warranty Support
        1. Describe post-installation warranty support, to include response times for warranty service calls and the location of your nearest service technician.
    • Section 5.10 FORMS (required)

      Please download the below documents, complete, and upload.

      The following items must be completed and uploaded as part of your electronic submittal. Failure to complete and return required forms may result in your submittal being deemed non-responsive and not considered for award.

      These forms must be downloaded, completed, and uploaded as a part of the submittal.

      • Attachment A -ADA Statement
      • Attachment B-Business Entity Affidavit
      • Attachment C-Certification Regarding Debarment
      • Attachment D-Drug-Free Workplace Affidavit
      • Attachment E-Scrutinized Companies Form0
      • Attachment F-E-Verify
      • Attachment G-Sworn Statement
      • Attachment H-Performance Surveys
      • Attachment I-Notification of Social Security Number 
      • Attachment J-W9
      • Attachment K-Affidavit Attesting to Non-Coercive Conduct for Labor or Services
      • Attachment L-Affidavit regarding to Prohibition on Contracting with Entities of Foreign Countries of Concern
      • Attachment M-Proposer's Certification
      • Attachment N-Small and Minority and Women's Business Enterprise
      • Attachment O-Certification Regarding Lobbying
      • Attachment P-Protest Procedures
    • Section 5.11. FINANCIAL CAPACITY (required)

      Proposers will upload information showing their financial capacity and their ability to successfully carry out the scope of services and provide the required equipment resulting from a contract award.

      Proposers can provide by uploading the information in response to this question any of the listed items in Section 5.11. Financial Capacity.

      Should the proposer desire to provide their financial data, the City has provided a form, Schedule I - Financial Data, that can be downloaded from Section 14. Attachments for their use.

    • Section 5.12. PROPOSAL BOND (required)

      Please download the below documents, complete, and upload.

      A Proposal Bond must be submitted with your proposal. The value must be at least Five Percent (5%) of your Base Proposal. This Bond will be used as security in the event the successful Proposer or Offeror refuses or neglects to execute the required written Contract and/or fails to furnish the required Performance and Payment Bonds within ten (10) days after issuance of the Notice of Award of a Contract.

      If the successful Proposer or Offeror defaults, the amount of the Proposer or Offeror's Proposal security (Proposal Bond) shall be forfeited and retained by the City of Homestead, Florida, as liquidated damages.

      A bond executed by a Surety authorized to do business in the State of Florida, using the template found in Attachment D, is required. Proof of authorization/licensure may be required.

    • Section 5.14. INSURANCE (required)

      Insurance- Upon submission of Proposal, Proposer shall provide Certificate(s) of Insurance and any other documentation outlined below evidencing current in-force insurance to City’s Risk Management Department.

    • Acknowledgment of Addenda and Q&A. (required)

      Proposer acknowledges that they are solely responsible for reviewing the latest questions and answer, notices and addenda associated with this procurement process. Failure to consider key information and changes within your submission may result in your offer being deemed non-responsive if key data or forms are omitted.

    • Funding/Source: (required)

      Goods and services to be procured, which are funded by a Federal Grant Program, must be procured in accordance with 2 CFR §200.317 through §200.327 (aka Federal Super Circular), as may be amended by the Federal government.

    • Description & Grant Number (required)
    • Does Davis Bacon Act Apply? (required)

      If yes, local prevailing wage rates must be provided by the grant consultant.

      Davis Bacon Act

    • What is the estimated value of this procurement? (required)
    • Is this project a public construction work? (required)
    • Pre-Bid Meeting? (required)
    • Scope of Work: typed in or attached? (required)
      1. Type in text for scope of work; or
      2. Attach scope as pdf, word, etc.
    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through OpenGov?

      Some examples of of when to say "yes":

      1. This is a quote for goods or commodities
      2. This is a public works bid, with a pricing table that can be uploaded into OpenGov from an excel spreadsheet
      3. Seeking services for hourly rate schedules
    • Separate Fee Proposal Upload (required)

      If you are NOT using the Electronic Pricing Table option, will you want your bidder to separate a Price Proposal from the rest of their Response? You'll want to do this if you open your bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.

    • Evaluation Committee (Best Value)? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Liquidated damages amount per calendar day in which work is not completed (required)

      Select amount of liquidated damages per calendar day in which work is not completed:

       

      Contract AmountDaily Charge per Calendar Day
      $50,000 and under$313
      Over $50,000 but less than $250,000 $580
      $250,000 but less than $500,000 $715
      $500,000 but less than $2,500,000 $1423
      $2,500,000 but less than $5,000,000 $2121
      $5,000,000 but less than $10,000,000 $3057
      $10,000,000 but less than $15,000,000 $3598
      $15,000,000 but less than $20,000,000 $4544
      $20,000,000 and over $8537 plus 0.00027 of any amount over $20 million

       

    • Plans (required)

      Select the appropriate clause for Plans:

      1. Attached ("Plans are available in Bid documents or for a full set of plans, please visit http://www.cityofhomestead.com/bids.aspx.")
      2. City Website ("For a full set of plans, please visit http://www.cityofhomestead.com/bids.aspx.")
      3. T-Square ("Plans will only be available via www.t-square.com.  Please follow link to: <enter link>")
      4. No Plans ("There are no plans associated with this project. ")
    • When will the Site Inspection be held? (required)
      1. Immediately after the Pre-Bid Conference
      2. Prior to Bid/Proposal Submission due date
      3. By appointment only with Homestead Buyer
      4. By appointment only with project manager
      5. NO SITE INSPECTION NECESSARY
    • TERM OF CONTRACT (required)
      1. "This Contract shall commence the day after the date of award by the City Council of Homestead"
      2. as-needed basis
      3. through job completion
    • Method of Award (required)
      1. all-or-nothing award basis
      2. individual basis
      3. group
    • RESPONSE TIME (required)
      1. Vendors' best estimate
      2. One Week Notice
      3. 2 Hours
      4. NO RESPONSE TIME REQUIRED
    • DELIVERY TIME (required)

      Select delivery time for the following subsection:

      "Bidders shall specify on the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges will be accepted, i.e. 12–14 days. If the Awardee of the Bid fails to deliver within the specified delivery time, it is understood that..."

      1. Best Estimate
      2. Firm Delivery Time; $25 daily liquidated damages
      3. Firm Delivery Time; 1% daily liquidated damages
      4. NO DELIVERY TIME REQUIRED
    • COMPLETION TIME (required)

      Select the appropriate option for Completion Time:

      1. 30 Days Substantial Completion ("Substantial completion shall be achieved 30 days from Notice to Proceed. Final completion shall be achieved 60 days from Notice to Proceed")
      2. 98 days from Notice to Proceed ("Final completion and receipt of items shall be achieved 98 days from Notice to Proceed")
      3. ________/provide amount of days
      4. NO COMPLETION TIME REQUIRED
    • # of days completion time (required)

      Enter in the number of days for completion time.

    • LIQUIDATED DAMAGES (required)

      Select the appropriate clause for Liquidated Damages:

      • Enter specified dollar amount for daily liquidated damages within the specified delivery time ("If the successful Bidder fails to deliver within the specified delivery time, it is understood that $XXXX.00 per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time")
      • Enter specified dollar amount for daily liquidated damages beyond the substantial/final completion date ("The Bidder agrees to pay the City liquidated damages in the amount of $XXXX.00 per calendar day beyond the substantial completion date and or final completion dates as specified")
      • 1% daily liquidated damages ("Bidder shall specify in the space provided the guaranteed delivery time. If the successful Bidder fails to deliver within the specified delivery time, it is understood that 1% of the unit price per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time up to a maximum of 25%")
      • Task Order; $25 daily liquidated damages ("As Task Orders are identified substantial completion times will be mutually agreed upon between the successful Contractor and the City. Liquidated damages of $25.00 per day will be deducted from the Contract sum for each calendar day elapsing beyond the specified time for completion for each Task Order")
      • Applicable liquidated damages ("Applicable liquidated damages are the amounts established in the following schedule:")
      • NO LIQUIDATED DAMAGES REQUIRED
    • PERCENTAGE ABOVE VENDOR COST (required)

      Select the appropriate option for the PERCENTAGE ABOVE VENDOR COST clause:

      1. "Bids for parts and supplies shall be submitted on a percentage above vendor cost. Evidence of said costs shall be submitted with invoice, for each order. Proof of costs shall be printed, properly identified and dated as to issuance and effectiveness. See Section entitled "Audits", as the City reserves the right to audit all historical and current invoicing for pricing during the term of this contract". 
      2. Additional Work: "Bids for material, parts and supplies for additional work not included in the scope of services herein shall be submitted on a percentage above vendor cost. Evidence of said costs shall be submitted with invoice, for each repair or service call. Proof of costs shall be printed, properly identified and dated as to issuance and effectiveness"
      3. NO PERCENTAGE ABOVE VENDOR COST REQUIRED
    • PAYMENT (required)

      Select the appropriate option for the PAYMENT clause:

      1. Lump Sum (50%:50%) "Bidder shall submit a lump sum price inclusive of all labor, parts/supplies needed to construct, furnish, deliver, install and complete project as described herein and in the Drawings, and supply all other incidental material and appliances, tools, transportation, etc., required to complete the Work, and to leave the premises in first class condition " 
      2. Full Payment upon Receipt: "Full payment will be made upon receipt and acceptance of a complete unit(s). No down or partial down payments will be made"
      3. Based upon Receipt of Checklist "Full payment will be made upon completion of the Work. No draws or partial payments will be made while work is in progress.  The successful Bidder will be required to complete a checklist (see attached sample) and leave it with a designated person or at a designated location each time service is performed. PAYMENT WILL BE BASED UPON RECEIPT OF SAID CHECKLIST."
      4.  25% of total Contract price retained for 60 days "Invoices for payment will be submitted for the duration of the Contract based on the following percentages of completed Work: 25%, 25% and 25% upon final completion. 25% of the total Contract price will be retained for 60 days. Acceptable certified “as- builts” must be provided before final acceptance"
    • SUBCONTRACTORS (required)

      Select the appropriate clause for the SUBCONTRACTORS section:

    • Insurance (required)

      Select the appropriate clause for the Insurance section:

      1. Prior to the execution of this Contract, Bidder shall provide the City with a certificate of insurance and a copy of the policy endorsement naming the City of Homestead its employees, directors, officers, agents, independent contractors, successors and assigns, and other authorized representatives as additional insured to the extent of the contractual obligation assumed by the Bidder...Bidder(s) shall submit with their Bid, proof of insurance meeting or exceeding the following requirements.
      2. Throughout the term of this agreement and for all applicable statutes of limitation periods, Bidder shall maintain in full force and effect the insurance coverage set forth in this article

    Questions & Answers

    Q (CCTV ): 1.- City Homestead have any drawing with scale show up the cameras location 2.- Can we schedule site visit

    A: 1) Existing Drawings / Plans / As-Builts The City does not have architectural, structural, electrical, low-voltage, or as-built drawings for the Homestead Station Parking Garage available for distribution. No scaled plans, camera layouts, or zone drawings will be provided. Proposers shall be solely responsible for site verification, field measurements, and development of all system layouts, camera locations, mounting details, power routing, and cabling pathways as part of their proposal and final design. 2)The parking station is a public facility and remains open to the public. Bidders may visit the site at any time during normal operating hours. No special arrangements are required for a site visit; however, bidders shall ensure that all visits do not interfere with facility operations or the public.


    Q (Standalone or Integrated/Unified): Is the new Homestead Station Parking Garage IP-based video surveillance system a standalone/autonomous system, or does it have to be integrated/unified with an existing City of Homestead video surveillance system?

    A: See Addendum #1 for the modified language.


    Q (Monitoring and server room): Is there a room on premises at the Homestead Station Parking Garage that will be used as the video surveillance monitoring and system server center?

    A: No, however if required, a room is available to hold the system equipment.


    Q (Cloud vs On-Premise): What is the preference of the City of Homestead, a cloud-based video surveillance system or an on-premises system for the Homestead Station Parking Garage?

    A: Preference is a cloud-based system. DVR’s can be installed on site, but the system has to be cloud based accessible.


    Q (Project budget): What is the estimated budget assigned for the Homestead Station Parking Garage IP-based video surveillance system?

    A: The estimated project budget is $493,765.79.


    Q (CCTV): 1.-City is going to schedule site visit 2.- Who will be responsible to provide power to each locations as need 3.- City will provide the new drawing

    A: 1.Refer to response in Q#1 with regards to the site visit. 2. Vendor to provide power. 3.Existing Drawings / Plans / As-Builts The City does not have architectural, structural, electrical, low-voltage, or as-built drawings for the Homestead Station Parking Garage available for distribution. No scaled plans, camera layouts, or zone drawings will be provided. Proposers shall be solely responsible for site verification, field measurements, and development of all system layouts, camera locations, mounting details, power routing, and cabling pathways as part of their proposal and final design.


    Q (Existing Drawings / Site Information): Please confirm whether any existing drawings or as-built documentation of the parking structure are available to proposers. If not, is there a layout available that defines the zones indicated in the project documentation.

    A: Existing Drawings / Plans / As-Builts The City does not have architectural, structural, electrical, low-voltage, or as-built drawings for the Homestead Station Parking Garage available for distribution. No scaled plans, camera layouts, or zone drawings will be provided. Proposers shall be solely responsible for site verification, field measurements, and development of all system layouts, camera locations, mounting details, power routing, and cabling pathways as part of their proposal and final design.


    Q (Network & System Responsibility): Please clarify whether the City will provide network infrastructure (switching, IP addressing, VLAN configuration), or if the contractor is responsible for providing a complete turnkey network system in addition to the camera system.

    A: Awarded firm/contractor is responsible for a complete turnkey system to include any network infrastructure necessary to implement the proposed solution.


    Q (System Access & Connectivity): Please confirm: 1. Whether remote access (web/mobile) is required 2. Whether WAN/Internet service is available at the site or must be included in the contractor’s scope

    A: System Architecture Requirements The City seeks a hybrid video surveillance architecture meeting the following minimum requirements: 1. Primary Recording: - Video and LPR data shall be recorded and retained on on-premises storage located at the Homestead Station Parking Garage. 2. Cloud Access: - The system shall provide secure cloud-based remote access for authorized City users (web and mobile). - Cloud access is required for viewing, management, and alerts, but cloud-only storage is not required. 3. Acceptable Designs: - Proposers may submit hybrid solutions (local recording with cloud management/access). - Fully cloud-hosted systems may be proposed only if they meet all retention, security, and performance requirements and clearly identify ongoing subscription costs. 4. Non-Acceptable Designs: - Systems that rely exclusively on third-party cloud storage with no local recording capability are not acceptable.


    Q (System Integration Requirements): Please confirm whether the proposed system must integrate with any existing City or County systems.

    A: Refer to response in Question #2.


    Q (LPR Data Handling): Please confirm whether license plate recognition (LPR) data is to be stored locally or integrated into an existing City/County system.

    A: System Architecture Requirements The City seeks a hybrid video surveillance architecture meeting the following minimum requirements: 1. Primary Recording: - Video and LPR data shall be recorded and retained on on-premises storage located at the Homestead Station Parking Garage. 2. Cloud Access: - The system shall provide secure cloud-based remote access for authorized City users (web and mobile). - Cloud access is required for viewing, management, and alerts, but cloud-only storage is not required. 3. Acceptable Designs: - Proposers may submit hybrid solutions (local recording with cloud management/access). - Fully cloud-hosted systems may be proposed only if they meet all retention, security, and performance requirements and clearly identify ongoing subscription costs. 4. Non-Acceptable Designs: - Systems that rely exclusively on third-party cloud storage with no local recording capability are not acceptable.


    Q (Pre-Proposal Meeting Recording): Please confirm whether the pre-proposal meeting (including the Microsoft Teams session) was recorded, and if so, whether it can be made available.

    A: No recording available.


    Q (Site Access for Verification): Please confirm whether proposers can schedule a site visit prior to proposal submission for field verification of existing conditions...this is assuming no plans are available so they we are able to take pictures and complete a project map of the premises.

    A: Refer to response to Question #1.


    Q (Electrical Room): Where are the electrical rooms located on each floor?

    A: Electrical room is located on first floor.


    Q (Cabling): Is there a designated shaft or space between floors that can be used to run cabling between levels?

    A: No.


    Q (Coverage): Is CCTV coverage limited to the parking area only, or are other areas included?

    A: 3.2. Scope of Work A. Functional Performance Zones 1. The Contractor must provide a technical configuration and layout strategy that achieves the following outcomes in these critical zones: a. Zone A: Vehicle Ingress/Egress (Identification): Must capture clear, legible license plates (LPR) and driver faces on vehicles moving up to 15 MPH, regardless of time of day or light conditions (including direct sunlight glare or headlamp bloom). b. Zone B: Pedestrian Access/Elevators (Identification): Must capture clear facial features of every individual entering or exiting the facility via stairwells, elevators, or walkways. The vendor must justify the camera placement to mitigate "hat brim" shadows or backlighting from glass doors. c. Zone C: Internal Parking Bays (Recognition): Must provide enough coverage to distinguish between known individuals and identify vehicle make/model/color in all parking spaces, including during low-light hours (minimum 0.5 lux). d. Zone D: Perimeter/Rooftop (Detection): Must provide automated alerts for loitering, unauthorized pedestrian access to vehicle ramps, or vehicles parked in restricted areas after hours. Cameras shall be installed at the four corners of the building and throughout the interior of the entire parking structure.


    Q (Maintenance): Does the 4-year maintenance agreement cover only routine maintenance, or does it also include minor repairs?

    A: 10. Section 5.9. SERVICE LEVEL AGREEMENT AND POST-INSTALLATION SUPPORT* Service Level Agreement (SLA) 1. Define your Service Level Agreement (SLA): What are your guaranteed response and resolution times for a critical system failure (e.g., server down or >25% of cameras offline)? B. Post-Installation Warranty Support 1. Describe post-installation warranty support, to include response times for warranty service calls and the location of your nearest service technician. The agreement shall be for a four (4) year term and shall include routine maintenance as well as minor repairs.


    Q (CCTV): Hello, any idea when the City will be schedule site visit ?

    A: Refer to response in Question #1.


    Q (Network Equipment): Are to supply the network equipment or will the city's IT department supply the switch at the main IDF?

    A: Refer to response in Question #8.


    Q (Location of Main MDF): Can you please advise which is the location where the recording server is to be located?

    A: First floor communications room.


    Q (No subject): Is the project subject to Responsible Wages or Davis-Bacon?

    A: 1.1. Summary This project is funded by the State of Florida Department of Economic Opportunity (DEO) flow-through grant from the U.S. Department of Housing and Urban Development (HUD). All procurement and contracting for this project shall abide by all applicable State and Federal laws, rules, and regulations, as now in effect and as may be amended from time to time, including but not necessarily limited to, the Federal laws and regulations set forth at 24 C.F.R. part 570 subpart I (the State Community Development Block Grant Program) and 24 C.F.R. part 58 (Environmental Review Procedures for Entities Assuming HUD Environmental Responsibilities) and chapter 73C-23.0081(2), Florida Administrative Code (F.A.C.), Effective: May 27, 2018. The Contractor shall comply with all federal requirements pursuant to Subgrant Contract No.22CV-E17 between the State of Florida Department of Economic Opportunity (now known as the Florida Department of Commerce) and the City of Homestead.


    Q (Clean set of drawings): Can you advise when will we get the clean set of drawings that was offered at the pre-bid meeting

    A: Refer to the response to Question #1 regarding Existing Plans/Drawings/As-Builts.


    Q (Site visit): Is it possible to schedule a guided site visit for inspection, with access to all rooms within the facility?

    A: Refer to response to Question #1.


    Key dates

    1. March 6, 2026Published
    2. April 1, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.