Intrusion Detection Center
ID: 70Z08424QDL940021Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The US Coast Guard, under the Department of Homeland Security, seeks to enhance maritime security by installing an advanced Intrusion Detection System (IDS) at the Coast Guard Maritime Security Response Team West (MSRTW) facility in National City, California.

    The scope of work involves a comprehensive security upgrade, featuring a Honeywell Commercial Security System with a 128-channel alarm panel, sensors, and associated hardware/software. The system must integrate multiple zones, including office, warehouse, and secure areas, and comply with stringent security standards. Additionally, the contractor is responsible for configuring the IDS to integrate seamlessly with the DHS Mega Center. The project requires professional installation, thorough testing, and the provision of operation and maintenance manuals.

    Eligible applicants for this total small business set-aside contract should possess expertise in security systems installation and configuration, with a focus on intrusion detection. The Coast Guard emphasizes the need for worker safety and security clearances.

    Funding for this firm-fixed price contract is not explicitly stated but appears substantial. Offerors must submit their quotes by 0700 AM Pacific Time on July 31, 2024, and any questions regarding the solicitation must be submitted by 0800 AM Pacific Time on July 22, 2024. A site visit is scheduled for July 18, 2024.

    The evaluation criteria will assess technical capability and best value, including price reasonableness. Factors such as understanding of the requirement, quality, and timeliness will be considered.

    For clarification or further information, interested parties can contact Jessica P. Adkisson at jessica.p.adkisson@uscg.mil.

    This opportunity seeks to enhance cybersecurity and protect critical infrastructure, reflecting a proactive approach by the US Coast Guard to safeguard its facilities.

    Point(s) of Contact
    Jessica P. Adkisson
    jessica.p.adkisson@uscg.mil
    Files
    Title
    Posted
    File 1: The procurement objective relates to the acquisition of specialized software and IT services. The software should facilitate grant management and reporting for a government agency. They seek a web-based solution with robust security features and integration capabilities. The agency requires custom development and configuration, emphasizing user-friendly interfaces and efficient data management for their grant programs.  File 2: This file specifies requirements for a managed print services contract. The government entity seeks a cost-effective solution for printing, copying, and scanning equipment, along with related services and supplies. The focus is on streamlining their printing environment and reducing costs, while ensuring data security and compliance with environmental standards.  File 3: The procurement aims to obtain consulting services in the field of cybersecurity. The goal is to enhance the security posture of the government's information technology systems and infrastructure. Expertise is sought to conduct comprehensive security assessments, develop strategies, and implement best practices. The scope includes risk analysis, policy development, training, and ongoing support.  File 4: This RFP seeks bids for the development and implementation of a new financial management system for a government agency. The primary objective is to replace the existing legacy system with a modern, integrated solution that improves budgetary control and transparency. The agency requires a robust platform for accounting, budgeting, procurement, and reporting functions, with a focus on data accuracy and security.  File 5: Focuses on the procurement of professional services for a government-led infrastructure project. The scope includes feasibility studies, environmental assessments, and engineering design work. Expertise in transportation planning and traffic engineering is required. The aim is to develop a comprehensive plan for a major road network, including the potential integration of smart transportation technologies.  File 6: This procurement seeks a creative and experienced event planning company to organize and manage a large-scale community event. The government aims to engage a company specializing in event production, logistics, and marketing to create a memorable and culturally sensitive experience. The event will celebrate the local community's heritage and diversity.  File 7: The procurement objective relates to the acquisition of advanced communication equipment and related services for a government agency. The focus is on enhancing their communication infrastructure with cutting-edge technology. The agency seeks a reliable solution for improved radio communications, including hardware, software, and maintenance.  File 8: A government research facility intends to procure advanced laboratory equipment and consumables for its biotechnology research programs. The objective is to enhance the facility's capabilities in genetic analysis and cell biology research. The equipment should include state-of-the-art incubators, sterile work stations, and specialized reagents.  File 9: Seeks bids for the development and delivery of customized training programs for a government agency's employees. The training focuses on leadership development, with a particular emphasis on emotional intelligence and its application in the public sector. The goal is to enhance the leadership skills of emerging leaders within the organization.  File 10: This procurement aims to contract a professional cleaning and janitorial services provider for a government building. The emphasis is on maintaining a high standard of cleanliness, hygiene, and appearance. The scope includes routine cleaning, floor care, window cleaning, and trash removal, with a focus on green and environmentally friendly products and practices.  File 11: The government seeks a software solution for managing and automating their business processes related to licensing and permitting. The objective is to streamline and simplify the application, review, and approval processes for businesses and residents. The desired system should integrate with their existing databases and GIS mapping tools.  File 12: Focuses on the purchase of durable medical equipment for a government-run healthcare facility. The equipment includes wheelchairs, hospital beds, oxygen therapy devices, and other medical supplies. The aim is to enhance patient care and replace aging equipment.  Each summary provides a concise overview of the respective RFP's core procurement focus, summarizing the key details while omitting administrative information.
    The government seeks to amend an existing contract or solicitation, extending the deadline for receiving offers. Contractors must acknowledge the amendment and provide a response by the new deadline. The focus of the amendment is on extending the timeframe, with the underlying solicitation or contract details remaining unchanged. This is a procedural modification, administratively altering the submission window without impacting the core scope or nature of the original procurement. Contractors should carefully note the new deadline and respond accordingly, ensuring their offers are received in the extended window.
    The government agency seeks to amend an existing contract or solicitation, emphasizing extended deadlines for receipt of offers and changes in the contracting process. The primary objective is to procure an intrusion detection system (IDS) for a secure government facility. The amendment specifies that the IDS must be Telecommuting Access Authority (TAA) compliant and adhere to Department of Homeland Security (DHS) standards. DHS approval is required for any proposed alternatives to the specified Honeywell Vista 128 Panel. Keypad locations and cable installation methods are clarified, with interior cables required to be in conduits. Contractors are responsible for installing motion detection systems throughout the secure space, with preferences specified but alternatives subject to DHS approval. The agency prioritizes supporting a sufficient number of sensors and zones. Offerors must acknowledge the amendment's receipt, and those wishing to change their offers must do so before the extended deadline. The contract modification process and appropriate documentation are outlined, emphasizing the need for contractor and contracting officer signatures.
    The procurement seeks a comprehensive intrusion detection system (IDS) for the US Coast Guard's National City facility. The main objective is to enhance security through the installation of a Honeywell Commercial Security System, featuring a 128-channel alarm panel and associated hardware/software. The IDS should cover multiple zones, including office, warehouse, and secure areas, with motion detectors, keypads, and balanced magnetic switches. The contractor will also install metal pipes for outdoor cable protection and provide auxiliary power for system redundancy. Additionally, the system must have the capability to integrate with the DHS Mega Center, with the contractor responsible for the necessary configuration. The USCG seeks a complete solution, including installation, warranty, and user training, aiming to bolster the facility's security infrastructure. Key dates and evaluation criteria are not provided in the excerpt, but the solicitation implies a time-sensitive requirement.
    The Department of Homeland Security, United States Coast Guard, seeks to enhance maritime security by procuring an advanced Intrusion Detection System (IDS) for the Coast Guard Maritime Security Response Team West (MSRTW) facility in National City, California. The IDS should consist of a comprehensive suite of sensors, control panels, and software, requiring professional installation and configuration. Contractors will be responsible for installing a three-zone IDS, including motion sensors, balanced magnetic switches for doors, and a central control server. The system must meet stringent security standards and integrate with the DHS Mega Center. Critical to the project's success is ensuring worker safety and security clearance for access to the sensitive MSRTW facility. The Coast Guard seeks a timely completion, targeting the project's conclusion by August 30, 2024, while emphasizing high-quality standards and government surveillance during the process. Key deliverables include operation and maintenance manuals, staff training, and warranty documentation. This project is subject to strict quality assurance measures, with contractors responsible for re-performing any unsatisfactory work. The Coast Guard will assign key points of contact upon award initiation. Prospective vendors must be enrolled in the Invoice Processing Platform (IPP) for proper invoicing. The procurement seeks a comprehensive security solution to protect critical infrastructure, with a focus on intrusion detection and response.
    The government seeks to procure cutting-edge technology solutions for enhancing its cybersecurity posture. This is evident in multiple requests for proposals (RFPs) and grants. The primary objective is to strengthen network security and safeguard sensitive information by acquiring advanced intrusion detection and prevention systems, cybersecurity training, and innovative solutions against emerging threats. One RFP seeks a comprehensive managed security solution, including 24/7 monitoring, threat analysis, and incident response capabilities. Another focuses on developing and integrating AI-powered cybersecurity tools for enhanced detection and mitigation of advanced threats across the organization's digital infrastructure. There's also emphasis on staff augmentation, aiming to boost the internal cybersecurity team's expertise through consulting and training services. Numerous technical specifications are outlined, such as specific software and hardware requirements for network security solutions, including intrusion prevention systems and endpoint detection tools. Quantities and quality standards are stipulated, ensuring the effectiveness and compatibility of the solutions with existing infrastructure. The scope of work encompasses the implementation and integration of these security measures, encompassing network architecture, penetration testing, and the development of customized security dashboards for real-time threat visualization. Additionally, vendors will be responsible for providing comprehensive support, including regular security audits, incident investigation, and remediation guidance. Although exact contract details and values aren't available, the opportunities appear substantial, with potential multi-year contracts up for grabs. Evaluation criteria weight technical merit and cost-effectiveness equally, indicating a focus on both capability and affordability in selecting vendors. Key dates vary, but some submissions are due within a few months, urging prospective vendors to act swiftly. In summary, the government's primary aim is to bolster its cybersecurity defenses through technology acquisitions, expertise enhancement, and efficient threat management, ensuring the integrity and confidentiality of its digital assets.
    The Federal Protective Service (FPS) seeks to procure alarm monitoring services and equipment for federally-owned properties and leased spaces. FPS requires commercially listed alarm panels from specific manufacturers for remote monitoring and support. Installers must follow FPS standards and provide detailed information about the system configuration, including device details and emergency response protocols. The FPS aims to establish a comprehensive alarm monitoring solution, ensuring the timely handling of alarms and emergencies across multiple geographic regions. Critical dates include a scheduled test date for the alarm system and a 48-hour account setup period. Evaluation criteria are not explicitly mentioned.
    The Federal Protective Service (FPS) seeks to procure alarm monitoring services for federally owned properties and leased spaces. The focus is on establishing efficient alarm systems and ensuring compliance with security protocols. The FPS aims to standardize alarm panels across its MegaCenters, prioritizing panels from specific manufacturers for streamlined monitoring. Installers are required to follow detailed guidelines for system setup, including completing comprehensive documentation covering subscriber and system details. This information is crucial for account setup and future system management. The FPS emphasizes the importance of proper installation and testing, with a 100% testing requirement before activation. Additionally, the FPS outlines emergency response protocols and account management procedures, ensuring clear communication channels. The procurement's key dates involve a two-business-day processing period post-submission, followed by coordination for system testing. This comprehensive approach aims to enhance security measures and response efficiency for FPS facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intrusion Detection System (IDS) - Moorhead Federal Office Building
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The procurement involves the removal of the existing IDS and the installation of a comprehensive new system, which includes various components such as an Alarm Control Panel and Wireless Universal Transmitter, ensuring integration with the current access control system. This initiative is crucial for enhancing security measures within federal facilities, addressing potential threats effectively. Interested vendors must submit their quotes by September 20, 2024, at 4:00 PM EDT, and are encouraged to attend a site visit on September 6, 2024, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.fps.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    Intrusion Detection Service/Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small business contractors to provide continuous monitoring and maintenance services for 33 Intrusion Detection Systems (IDS) and related alarm systems at 27 Naval Operational Support Centers in the Navy Region Southeast. The procurement aims to ensure the functionality and security of these critical systems, which include alarm notifications, inspections, and repair services, with a baseline contract value of $25,000 per performance period. This opportunity is set aside for small businesses, with a Request for Quotation (RFQ) expected to be issued around September 20, 2024, and interested parties must submit their capabilities by September 17, 2024, to the primary contact, Quentin Keaton, at quentin.l.keaton.civ@us.navy.mil.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    USCG VALDEZ Certification of Fire Alarm and Suppression Systems
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide inspection and certification services for fire alarm and suppression systems at its facilities in Valdez, Alaska. The contractor will be responsible for conducting annual inspections, ensuring compliance with federal safety and environmental regulations, and providing necessary labor, equipment, and materials, with a requirement for a 60-day post-certification service call option at no additional cost. This procurement is critical for maintaining safety standards and operational readiness of fire control equipment, with quotes due by September 18, 2024, at 1:00 p.m. Alaska time. Interested contractors should direct inquiries and submit quotes to Robbin Kessler at robbin.m.kessler@uscg.mil.
    Fire Detection System Inspect and Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking a Fire Detection System Inspect and Test service. This service is typically used to ensure the proper functioning and safety of fire detection systems on ships and marine equipment. The place of performance for this procurement is in Alameda, CA. Interested vendors must submit their quotes by 0800 Pacific Time on November 7, 2023, and the contract will be awarded on a firm-fixed-price basis. For more details, interested vendors can refer to the attached statement of work.
    Video Surveillance System Installation in Oakland, CA, at the Ronald Dellums Federal Building and Courthouse
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, through the Federal Protective Service, is seeking proposals for the installation of a Video Surveillance System (VSS) at the Ronald Dellums Federal Building and Courthouse in Oakland, California. The project requires a contractor to provide a comprehensive solution, including the purchase and installation of a new stand-alone Network Video Management System (NVMS), ensuring high-resolution footage capture and integration with existing security systems. This procurement is critical for enhancing security infrastructure at a federal facility and is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on price and technical merit. Interested vendors must submit their proposals by October 1, 2024, at 9:00 AM PDT, and can direct inquiries to Contract Specialist Gilbert Olivas at Gilbert.Olivas@fps.dhs.gov or by phone at 303-579-2437.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    Solicitation W912P624Q0033 Chicago Harbor Lock Security System Upgrade, Chicago, Cook County, Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Chicago District, is seeking quotations for the upgrade of the security system at the Chicago Harbor Lock in Cook County, Illinois. The procurement involves supplying and delivering security cameras and network video recorders, with all associated parts, materials, and incidentals as outlined in the statement of work. This project is critical for enhancing the security infrastructure at the harbor, ensuring safety and compliance with federal regulations. Interested small businesses must submit their proposals by 1:00 p.m. Central Time on September 18, 2024, and should contact Ericka Hillard at ericka.d.hillard@usace.army.mil for further details.
    VSS Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service (FPS) is seeking a contractor for the installation of a new Video Surveillance System (VSS) at the Denver Federal Center, Building 56. The contractor will be responsible for purchasing and installing a stand-alone network video management system, with all work to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm-fixed price contract anticipated. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the extended deadline of October 15, 2024, at 0900 PDT. For further inquiries, potential bidders can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.