Bldg 300 Security Monitoring and Maintenance
ID: FA480025Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, 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 Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security monitoring and maintenance services for Building 300 at Langley Air Force Base in Hampton, Virginia. The procurement requires vendors to deliver 24/7 security services, including monitoring of an Intruder Detection System (IDS) and access control systems (ACS), while ensuring compliance with government regulations and maintaining UL2050 certified doors. This contract is critical for maintaining the security and safety of government operations, with a contract duration of one base year and four optional extension years. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and can direct inquiries to Emoni Bright at emoni.bright@us.af.mil or 757-764-4766.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a combined synopsis and solicitation (RFQ FA4800-25-Q-0031) for providing security and maintenance services at Bldg 300, Langley AFB, VA, using simplified procedures per the Federal Acquisition Regulation. Set aside for small businesses, it requires potential vendors to demonstrate technical capacity and provide a competitive price, evaluated on a lowest price technically acceptable basis. Quotes must be submitted by 1:00 PM EST on 14 February 2025, and vendors must be registered in the System for Award Management (SAM). Responses should include a capabilities statement detailing compliance with specifications, and pricing breakdowns. The request emphasizes the importance of specific certifications and contract clauses applicable to this procurement, insisting on accountability through various FAR/DFARS regulations. The document provides critical deadlines for questions and submissions, ensuring that potential vendors adhere to federal standards and enhance fair opportunity for small business participation. This solicitation reflects the government's commitment to efficient service procurement while maintaining regulatory compliance and transparency.
    The document provides answers to inquiries related to a federal RFP concerning a security system contract. Key points include the stipulation that a central station must be UL listed, with a specific requirement for a UL2050 certification to qualify for bidding. The document confirms that potential vendors must be available to certify spaces and provide the necessary UL2050 certificate, which necessitates an annual inspection for controlled access entry points. The incumbent contractor is identified as Johnson Controls Security Solutions LLC, and the contract number is FA480023P0132. Additionally, it notes that the original contract value is set at $110,740.47, highlighting that this is a new contract rather than a renewal. Overall, the document outlines essential compliance requirements and details surrounding the bidding process for the security services contract.
    The Statement of Work outlines the requirements for security monitoring and maintenance services for the GSA-leased facility at 300 Exploration Way, Hampton, VA. The vendor will provide 24/7 security services, including monitoring of an Intruder Detection System (IDS) and access control systems (ACS), ensuring compliance and maintenance for up to four UL2050 certified doors. The transition between current and new contractors will include a 30-day overlap to ensure seamless operations. Key tasks involve certified oversight for sensitive areas, maintaining logs for access entries and video surveillance per government regulations, and training for personnel. The vendor is responsible for emergency calls, with specified billing procedures for additional services. The work is subject to security protocols, requiring advanced notification for maintenance and adherence to compliance standards. The contract spans one base year with four optional extension years, targeting continuous security and safety for building access, crucial for government operations. This document serves as a formal invitation for vendors to apply for this federal grant and RFP, emphasizing the importance of security services in government facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lenel Nebula Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Lenel Nebula Access Control System at Eglin Air Force Base in Florida. This procurement aims to enhance security through the installation of an Electronic Safety and Security system, which includes access control and intrusion detection components, ensuring compliance with federal safety and electrical codes. The total contract value is estimated at $25 million, with a completion timeline of 60 calendar days from the award date. Interested small businesses must submit their proposals electronically by adhering to the specified requirements, including a deadline for questions set for July 20, 2023, and are encouraged to contact Erik Owens or A1C Emily Newton for further information.
    78th SFS-Vindicator Alarm System
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a Honeywell Vindicator Intrusion Detection System at the 78th Security Forces Squadron Armory located on Robins Air Force Base in Georgia. This procurement encompasses all necessary labor, supervision, equipment, and materials required for the installation, along with associated training and testing deliverables, emphasizing compliance with federal regulations and security standards. The project is critical for enhancing security measures at the facility, ensuring operational effectiveness and adherence to Department of Air Force guidelines. Interested small businesses must submit their proposals by the specified deadlines, with a total contract value estimated at $25,000,000, and are encouraged to contact Nicole Fields or Michele Watts for further information.
    ACC Window Blinds Procurement & Install
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to procure and install cellular-style window blinds for buildings 661 and 602 at Joint Base Langley-Eustis, Virginia. The contractor will be responsible for providing all necessary materials, labor, and tools to remove existing window treatments and install new Draper 5% shading blinds in White/Pearl, ensuring compliance with relevant contract documents and installation requirements. This procurement is part of the government's initiative to upgrade facilities efficiently while adhering to federal contracting standards. Interested vendors must submit their quotes by March 19, 2025, and are encouraged to contact Kelly Voigts at kelly.voigts.3@us.af.mil or 757-225-3150 for further information.
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance of Electronic Security Systems at Carlisle Barracks, Pennsylvania, under a Total Small Business Set-Aside. The procurement involves a non-personal services contract that requires the contractor to perform semi-annual preventive and corrective maintenance on Intrusion Detection and Electronic Security Systems, ensuring compliance with manufacturers' specifications and rapid emergency response to equipment failures. This contract underscores the importance of maintaining robust security measures within federal facilities to ensure operational readiness and safety. Interested vendors must submit their quotes by March 17, 2025, and are encouraged to contact Christine Cairo or William Byrne for further information regarding the solicitation and site visit scheduled for March 6, 2025.
    Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at Rock Island Arsenal in Illinois. The procurement aims to secure a contractor for a Firm Fixed Price contract that encompasses preventive and corrective maintenance for various security systems, with a focus on compliance with safety and regulatory standards. This contract is crucial for ensuring the operational integrity and security of the facility, which houses multiple tenants requiring robust security measures. Interested small businesses must submit their quotes by March 21, 2025, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    Mobile LED Screen (Purchase) for Langley AFB Air Show
    Buyer not available
    The Department of Defense, through the United States Air Force, is soliciting proposals for the purchase of a mobile LED screen trailer intended for use at Langley Air Force Base during air shows. The procurement aims to acquire a giant display monitor that meets specific operational requirements, including visibility from 300 feet away, weatherproofing, and compatibility with various video formats, to enhance communication and information dissemination across the base. This initiative underscores the importance of effective public engagement and mission readiness, aligning with federal efforts to support women-owned small businesses in government contracting. Interested vendors must submit their offers by March 11, 2025, with delivery of the equipment required by April 9, 2025; inquiries can be directed to River Samelin at river.samelin.1@us.af.mil or by phone at 757-764-4766.
    CCTV Maintenance Service, Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for CCTV maintenance services at Eglin Air Force Base, Florida, under a total small business set-aside. The contract entails the maintenance of the Indigo Vision CCTV system for the 7th Special Forces Group (Airborne), requiring certified personnel to perform both scheduled and unscheduled maintenance, implement quality control measures, and provide regular maintenance reports. This procurement is critical for ensuring the operational integrity of surveillance systems, which play a vital role in security and monitoring at the base. Interested small businesses must submit their offers by 12:00 PM CST on March 14, 2025, and are encouraged to contact Rommel Angeles at rommel.angeles.2@us.af.mil or David Dos Santos at david.dossantos.1@us.af.mil for further information.
    Veridt & Lenel Hardware
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure Veridt and Lenel hardware for the Electronic Security System (ESS) at the Langley Research Center in Hampton, Virginia. This procurement is a brand-name requirement, emphasizing the exclusive need for Lenel products to ensure compatibility with the existing Lenel Enterprise Physical Access Control System (EPACS), thereby maintaining operational integrity and security compliance. The acquisition includes various components such as dual reader interface modules, contactless card readers, and electric locks, with a performance period of 30 days post-order receipt. Interested vendors, who must be small businesses registered on SAM.gov, are required to submit their quotes referencing tracking number 80NSSC25898119Q by the deadline of March 17, 2025, and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries.
    Key Box Warranty Support
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide warranty support services for 40 electronic Key Boxes located at the Defense Supply Center in Richmond, Virginia. The contract entails offering technical support via telephone and email, software updates, and necessary replacement parts for a duration of one year, with strict requirements for logging and tracking services and a response time of one working day for service requests. This procurement is critical for maintaining the operational integrity and security of the electronic key systems, ensuring compliance with federal regulations and safety standards. Interested parties can contact Benjamin Maxwell at benjamin.maxwell@dla.mil or Allison Douglewicz at allison.douglewicz@dla.mil for further details, with the anticipated project duration starting from June 7, 2025.