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 the monitoring of an Intruder Detection System (IDS) and access control systems (ACS), while ensuring compliance with regulations and maintaining up to four UL2050 certified doors. This contract is crucial for maintaining the security and safety of government operations, with a base year and four optional extension years planned for continuous service. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and are encouraged to contact Emoni Bright at emoni.bright@us.af.mil or 757-764-4766 for further details.

    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 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
    Langley AFB Lift Station Clean-Out
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Lift Station Clean-Out project at Langley Air Force Base in Hampton, Virginia. The procurement involves pumping and cleaning services for sewage pump stations 98A and 1826, requiring the contractor to supply all necessary personnel, equipment, and materials while adhering to safety protocols, particularly for confined spaces. This project is crucial for maintaining operational efficiency at the base and will be awarded to the vendor offering the lowest price technically acceptable. Interested small businesses must submit their quotes electronically by February 3, 2025, and can direct inquiries to SSgt Dominique Flen at dominique.flen@us.af.mil or Mr. Corey Powell at corey.powell.1@us.af.mil.
    JBLE Grounds Maintenance
    Dept Of Defense
    The Department of Defense, through the 633d Contracting Squadron, is seeking qualified small businesses to provide grounds maintenance services at Joint Base Langley-Eustis (JBLE) in Virginia. The contractor will be responsible for ensuring that grounds maintenance is performed in accordance with the JBLE BASH plan, promoting the growth of healthy vegetation, and maintaining a clean and professional appearance throughout the base. This procurement is set aside for small businesses under NAICS code 561730, with a performance term consisting of one base year and two optional one-year extensions. The Request for Proposal (RFP) is anticipated to be released on or around February 12, 2025, with a 25-day response period. Interested parties must register in the System for Award Management (SAM) and monitor the designated website for updates, as no hard copies will be distributed. For inquiries, potential bidders can contact SrA Sydney Hager at sydney.hager@us.af.mil or by phone at 757-764-8619.
    Electronic Door Locks
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of electronic door locks at Fort George Meade, Maryland. The project involves retrofitting 73 dormitory doors from hard key locks to electronic key card systems, along with replacing two main entrance keypad locks, requiring contractors to supply all necessary hardware, software, and training for personnel. This initiative is crucial for enhancing security measures within the facility and ensuring compliance with federal standards, particularly emphasizing participation from Women-Owned Small Businesses (WOSBs). Interested contractors must submit their quotes by February 6, 2025, and can contact SrA Kristopher Kostenko at kristopher.kostenko@us.af.mil or 228-377-8596 for further details.
    Fuel Systems Maintenance Dock (FSMD) Joint Base Langley Eustis, Hampton, Virginia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Fuel Systems Maintenance Dock (FSMD) at Joint Base Langley Eustis in Hampton, Virginia. This project involves the development of a 26,749 square foot hangar designed to accommodate two F-22A aircraft, ensuring safe and efficient concurrent maintenance activities while providing necessary clearances throughout the facility. The new hangar will feature advanced design elements, including natural daylighting and acoustical treatments, alongside essential administration, storage, and utility spaces to support the mission. Interested contractors can reach out to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil or 757-201-7310, or Katelyn Vance at katelyn.vance@usace.army.mil or 757-201-7124 for further details regarding the solicitation process.
    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.
    ACC Bldg. 661 Window Blinds Procurement & Install
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force's 633d Contracting Squadron, is seeking qualified vendors for the procurement and installation of new window blinds at ACC Building 661, Joint Base Langley-Eustis, Virginia. The project involves the removal of existing blinds and the installation of twenty-four cellular-style window blinds, specifically the Norman Window Fashions PureVu Honeycomb Shade, in white and medium light-filtering options. This procurement is crucial for maintaining facility standards and ensuring compliance with federal contracting regulations. Interested parties must submit their quotes by February 5, 2025, and direct any inquiries to AnnMarie Shields at candes.shields@us.af.mil or by phone at 757-574-2926.
    Barksdale AFB Vehicle Barrier Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Vehicle Barrier Maintenance services at Barksdale Air Force Base in Louisiana. The procurement aims to ensure the operational integrity and safety of vehicle barriers, specifically focusing on preventive maintenance, inspections, and minor repairs to maintain a 96% operational rate for the systems in place. This contract is crucial for enhancing security measures at military installations, reflecting the government's commitment to maintaining high safety standards. Interested small businesses must submit their proposals electronically by February 7, 2025, and are encouraged to attend a site visit scheduled for January 30, 2025, with prior registration required by January 27, 2025. For further inquiries, contact Quaya Ervin at ruquayyah.ervin@us.af.mil or Sheronda Stewart at sheronda.stewart.1@barksdale.af.mil.
    DLA ENTERPRISE FIRE PROTECTION CONTROL SYSTEMS (FPCS)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support Fire Protection Control Systems (FPCS) at multiple DLA facilities, including Fort Belvoir, Virginia, and other locations across the United States. The procurement aims to ensure the operational readiness and compliance of fire and life safety systems, encompassing project management, maintenance, and cybersecurity measures in accordance with relevant standards such as those set by the National Fire Protection Association (NFPA). This initiative is critical for maintaining safety and regulatory standards within government facilities, with a maximum contract value of $40 million over five years and a guaranteed minimum order of $7,500 during the base year. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Contract Specialist Dylan Stone at dylan.stone@dla.mil or Contracting Officer Ivan Badillo at ivan.badillo@dla.mil.
    Regional Armed Security Guard services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at various naval installations, including Norfolk Naval Shipyard in Virginia and Naval Support Activity in Pennsylvania. The procurement aims to secure well-trained personnel to ensure safety and security across multiple facilities, adhering to strict operational and training standards as outlined in the solicitation documents. This contract is particularly significant for maintaining security protocols and compliance with federal regulations in sensitive military environments. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Susan Roberts at susan.roberts2@navy.mil or by phone at 757-341-0091.
    Fort Eustis Base Maintenance Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fort Eustis Base Maintenance Contract, aimed at providing comprehensive facilities support services at Joint Base Langley-Eustis, VA. The contractor will be responsible for a range of tasks including building and structure maintenance, utility systems operation and maintenance, HVAC systems maintenance, dining facility upkeep, and pest control, along with all necessary planning and management activities. This contract is crucial for ensuring the operational efficiency and upkeep of base facilities, thereby supporting overall military readiness. Interested parties should contact Matthew Gregg at matthew.gregg.3@us.af.mil or 757-764-9059, or Vanity Wright at vanity.wright@us.af.mil or 757-564-0504 for further details regarding the 8(a) set-aside solicitation.