Purchase/Install Intrusion Detection System (IDS)
ID: 70RFP325QE3000016Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 3 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking competitive bids for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of the existing IDS and the installation of a new system that will integrate with the General Services Administration (GSA) access control systems, enhancing security protocols within federal facilities. This procurement is critical for modernizing physical security infrastructure to protect personnel and assets, with proposals due by February 21, 2025, following a site visit on February 4, 2025. Interested contractors should direct inquiries to James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.

    Files
    Title
    Posted
    The Department of Homeland Security (DHS), Federal Protective Service (FPS), is soliciting competitive bids for the installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, PA. The project involves removing outdated IDS equipment and installing a new system that will integrate with the General Services Administration (GSA) access control systems. A pre-proposal conference is scheduled for February 4, 2025, with quotes due by February 21, 2025. Contractors must include comprehensive details on equipment specifications, and all proposals must comply with federal regulations regarding the prohibition of certain telecommunications equipment from specified foreign entities. The successful contractor will be responsible for all aspects of the project, including labor, materials, inspections, and necessary training for system operations. This solicitation underscores the DHS's commitment to enhancing security protocols within federal facilities by modernizing key components of physical security infrastructure to protect personnel and assets.
    The document is a U.S. Department of Labor Wage Determination under the Service Contract Act (Wage Determination No.: 2015-4235, Revision No.: 29) detailing minimum wage rates and conditions applicable to federal contracts in designated counties of Pennsylvania. It specifies that contracts entered into after January 30, 2022, must pay covered workers a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a wage of at least $13.30 per hour. The document lists various occupations alongside corresponding wage rates and outlines fringe benefits such as health, welfare, paid sick leave, vacation, and holidays required for contractors. Additionally, it highlights requirements for unlisted employee classifications, emphasizing the process for contractors to seek a conformance determination for additional classifications and wage rates. The Wage Determination reinforces compliance with federal labor standards, promoting fair compensation and worker protections in the contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Garrison Intrusion Detection System (IDS) Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Garrison at Rock Island Arsenal (RIA), is seeking proposals for Garrison Intrusion Detection System (IDS) Services under solicitation number W519TC-25-R-AT00. The procurement is a small business set-aside competition aimed at providing both preventative and corrective maintenance for the Integrated Commercial Intrusion Detection System (ICIDS) V and Uninterrupted Power Supply (UPS) System, ensuring the ongoing functionality and compliance of security systems critical to military operations. Interested vendors must possess the necessary certifications and submit their proposals by February 6, 2025, with the contract period spanning from March 1, 2025, to April 30, 2028. For further inquiries, interested parties can contact Angel J. Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    HSI NVR Upgrade and Door Contact Replacement
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the replacement of a failed Network Video Recorder (NVR) and an Intrusion Detection System (IDS) door contact at their facility in San Jose, California. The project aims to modernize the electronic security system, requiring contractors to provide all necessary labor, materials, and equipment, as well as training for end users and compliance with safety and sustainability standards. This procurement is crucial for enhancing the facility's security infrastructure, ensuring that the new systems meet specified performance metrics and integrate seamlessly with existing equipment. Proposals are due by February 4, 2025, at 4:00 PM Pacific Time, and interested parties can contact Michaelene Kyler at michaelene.kyler@gsa.gov or David White at david2.white@gsa.gov for further information.
    Protective Security Officer (PSO) services at the IRS facility in Andover, MA
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for Protective Security Officer (PSO) services at the IRS facility located in Andover, Massachusetts. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates over a five-year term, providing approximately 485,000 service hours, with a focus on ensuring the safety and security of federal facilities. Interested small businesses are encouraged to participate in this 8(a) set-aside opportunity, with proposals due by 5:00 PM Eastern Time on February 24, 2025, and a pre-proposal conference scheduled for January 31, 2025. For further inquiries, potential bidders can contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or by phone at 267-717-9993.
    WCF Microwave Intrusion Detection Upgrade
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking proposals for the upgrade of the perimeter intrusion detection system at its Western Currency Facility (WCF) in Fort Worth, Texas. The project involves replacing the existing analog Southwest Microwave system with a digital high-security volumetric perimeter system, including the installation of a fence-mounted intrusion detection system integrated with video management platforms. This upgrade is crucial for enhancing security measures at a sensitive facility, ensuring compliance with federal, state, and local regulations while safeguarding sensitive information. Interested contractors must submit proposals by 12:00 PM CST on February 10, 2025, and can direct inquiries to Ariel Dillon at ariel.dillon@bep.gov.
    N--Purchase & Install Security System
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the purchase and installation of a new security system at its Southern California Agency office in Riverside, CA, following incidents of vandalism and theft. The project aims to upgrade outdated security equipment, requiring advanced video surveillance, alarm systems, access control features, and compliance with federal regulations, particularly those from the Department of Homeland Security. This initiative is crucial for enhancing the safety of employees and property, with a performance period scheduled from February 17, 2025, to March 31, 2025. Interested contractors must submit their proposals by January 23, 2025, and can direct inquiries to Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.
    Enterprise Security and Administrative Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for Enterprise Security and Administrative Services at multiple locations, including Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland. The procurement aims to enhance security operations and administrative support, encompassing tasks such as access control, vehicle inspections, and badge services, under a fixed-price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. This initiative is critical for maintaining the safety and operational efficiency of federal law enforcement training facilities, with a focus on compliance with federal regulations, including those related to human trafficking and contractor qualifications. Proposals for Phase 1 are due by February 4, 2025, and interested parties should direct inquiries to Gretchen Lovell at Gretchen.Lovell@fletc.dhs.gov.
    Armed Protective Security Officer Services (PSO) Services throughout IRS locations in Austin, Texas
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking qualified contractors to provide armed Protective Security Officer (PSO) services at the IRS Campus in Austin, Texas. The procurement involves establishing a four-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with firm fixed price provisions, which includes a one-year base period and three additional one-year option years, along with a potential six-month extension. These services are critical for safeguarding federal employees, federal property, and citizens, ensuring the FPS meets its mission requirements. Interested parties can contact Stacy Powell at stacy.a.powell@fps.dhs.gov or 215-521-2287, or Adam L. Reynoso at adam.l.reynoso@fps.dhs.gov or 215-287-6944 for further information.
    Protective Security Officer services Upstate, New York
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Office of Procurement Operations, for Protective Security Officer (PSO) services in various locations throughout Upstate, New York. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. The contract will have a one-year base period with four one-year option periods and an optional 6-month extension. Services will be provided under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The estimated PSO basic service hours for the 66-month period are 1,944,250 hours. The solicitation is anticipated to be posted between June 4, 2019, and June 6, 2019, on www.fedbizopps.gov.
    65th SOS MGCS Security System Installation
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the installation of a security system at the 65th Special Operations Squadron's Management Grid Control System (MGCS) facility located at Hurlburt Field, Florida. The project involves the installation, testing, and certification of a new security system, including the integration of an eight-port Protected Distribution System (PDS) alarmed conduit system, along with various sensors and cabling requirements. This initiative is crucial for enhancing the security infrastructure of the MGCS, ensuring operational readiness and compliance with federal security standards. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with a total contract value of $25,000,000 and a performance period from February 24, 2025, to March 24, 2025. For further inquiries, potential bidders can contact Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez-Hughes at melissa.perez-hughes@us.af.mil, and must attend a site visit scheduled for February 5, 2025, with prior registration required by February 3, 2025.
    Smart Sensor Blanket Purchase Agreement (BPA)
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to establish a multiple-award Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) for Smart Sensor Installation and Support Services across GSA-managed facilities. This procurement aims to enhance facility operations through the implementation of advanced smart sensor technology that collects real-time occupancy and environmental data, thereby improving operational efficiency and supporting public health initiatives within over 180 million square feet of federal building space. The BPA, estimated at $41.9 million over five years, includes installation, maintenance, and integration of smart sensors, with a submission deadline for quotations set for February 14, 2025. Interested contractors should direct inquiries and submissions to Collette Scott at collette.scott@gsa.gov and Tyrone Dallas at tyrone.dallas@gsa.gov.