Searching for vendors that provide Dispatch Call-Taking Software for Fire Departments
ID: FA2860SSDispatchType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is searching for vendors that can provide Dispatch Call-Taking Software for the Joint Base Andrews Fire Department's Emergency Communications Center (ECC) located in JB Andrews, MD, USA. This software is necessary for ECC operators to provide pre-arrival care instructions to 9-1-1 callers over the phone. The software should offer 24/7 technical support and full integration with the JBA Fire Department's current Motorola Flex Computer Aided Dispatch. Additionally, the system should include annual maintenance for a base year and four option years. The deadline for submitting capability statements or comprehensive brochures/websites with associated pricing is 20 Dec 2023 at 3:00pm Eastern.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, particularly the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training services to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.
    Parraid's Decom Processing Unit and Server Software
    Active
    Dept Of Defense
    The Department of Defense, through the AFTC Contracting Directorate at Edwards Air Force Base, intends to procure a sole-source contract for Parraid's Decom Processing Unit and Server Software, specifically part numbers X-5000-D-001 and NExT-PRO-02. These components are critical for telemetry ground operations in aircraft, ensuring compatibility and consistency in mission support, with an urgent need for them to be operational by December 31, 2024. The procurement is justified under FAR regulations due to proprietary rights held by Parraid, the exclusive manufacturer of the required products. Interested vendors must submit a complete technical package by 7:00 a.m. Pacific Standard Time on September 9, 2024, to Contract Specialist Victoria Escobar at victoria.escobar.3@us.af.mil.
    Cost Estimating Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide Cost Estimating Software for Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement requires access to RS Means Online or an equivalent platform, allowing simultaneous use for twenty-five users, along with helpdesk support and compliance with Payment Card Industry (PCI) and Personally Identifiable Information (PII) regulations. This initiative is crucial for ensuring accurate project budgeting and effective project management within government contracting. Proposals are due by September 16, 2024, with a total award amount of $47 million, and interested parties can direct inquiries to Rodney Brown at rodney.brown.24@us.af.mil or Patrick S. Duff at patrick.duff.1@us.af.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.
    Vindicator Badging System
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the installation of a Vindicator Badge Manager System at Joint Base Andrews, Maryland. This procurement aims to enhance access control and security by integrating a new Access Control System with existing infrastructure, specifically within a Sensitive Compartmented Information Facility (SCIF). The project is critical for maintaining operational security and compliance with federal standards, particularly GSA's FIPS 201 Evaluation Program. Interested small, disadvantaged businesses must submit their quotations by September 12, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Yaneris Dolce at yaneris.dolce@us.af.mil or TSgt Andrea Begens at andrea.begens@us.af.mil.
    Fire Alarm Workstation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Vermont Air National Guard (VTANG), intends to award a Sole Source, Firm Fixed Price (FFP) contract for the procurement of an incident management system (IMS) workstation, including hardware, software, and necessary programming. The objective is to transition existing fire alarm points from the current system to a new one, with the only qualified vendor identified as Johnson Controls Fire Protections, LP, due to the proprietary nature of the required technology and the need for certified service technicians. This procurement is critical for maintaining fire safety systems across the base, and interested parties may submit questions via email to Kathleen O'Neill or Kristen Lucey within five days of the notice, although no competitive quotations are anticipated.
    BDOC/MCC7500 Relocation Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business vendors to provide relocation services for the Base Defense Operations Center (BDOC) dispatch consoles at Kirtland Air Force Base in New Mexico. The contract involves the disassembly, relocation, and reinstallation of the MCC7500 Dispatch Consoles, including the necessary disconnection and reconnection of radio frequency and ethernet cables, as well as testing and optimizing the equipment. This relocation is critical due to the impending demolition of the current BDOC building, ensuring the continuity of security operations. Interested parties must submit their quotes by 10:00 AM (MDT) on September 13, 2024, and demonstrate their technical capability as authorized Motorola Service Partners. For further inquiries, vendors can contact Andrew Pascoe at andrew.pascoe@us.af.mil or Emily Morrison at emily.morrison.1@us.af.mil.
    EMCS Hardware and Software Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Energy Management Control System (EMCS) hardware and software, focusing on the purchase of Johnson Control International (JCI) Controllers for Joint Base San Antonio. The procurement aims to acquire essential components, including controllers, temperature sensors, and software licenses, which are critical for maintaining efficient building management systems. This opportunity is categorized under NAICS 334512 and follows a Lowest Priced, Technically Acceptable (LPTA) evaluation method, with proposals due by September 12, 2024. Interested parties should direct inquiries to A1C Larissa Showers via email and ensure compliance with all submission requirements outlined in the attached solicitation documents.
    Fire Alarm and Sprinkler Inspection, Testing, and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground (APG), is seeking qualified contractors for a Sources Sought opportunity focused on Fire Alarm and Sprinkler Inspection, Testing, and Maintenance services. The contract aims to ensure the functionality and compliance of fire protection systems across over 600 buildings at APG and the Adelphi Laboratory Center, requiring adherence to various federal, state, and local regulations, as well as original equipment manufacturer standards. This initiative is critical for maintaining life safety systems, and interested organizations must submit a capabilities statement by September 13, 2024, detailing their experience and capacity, with a focus on personnel certified to NICET Level III and emergency response capabilities. For further inquiries, potential bidders can contact Margaret Keelty at margaret.v.keelty.civ@army.mil or Erin L. Hynes at erin.l.hynes.civ@army.mil.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.