Irradiator Intrusion Detection System (Amendment 001)
ID: 12314425Q0110Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFUSDA, DEPARTMENTAL ADMINISTRATIONUSDA, OCP-POD-ACQ-MGMT-BRANCH-FTCFORT COLLINS, CO, 80521, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The United States Department of Agriculture (USDA) is seeking proposals for the Irradiator Intrusion Detection System (IDS) under Solicitation No. 12314425Q0110, which includes testing and maintenance services across multiple USDA facilities handling radioactive materials. The procurement aims to secure a contract for a base year and four option years, focusing on tasks such as IDS testing, preventive maintenance, remote technical support, and emergency on-site assistance to ensure operational integrity and compliance with safety regulations. Interested vendors must submit their quotes by April 14, 2025, with the contract performance period anticipated to begin on June 1, 2025, and extend through May 31, 2030. For further inquiries, potential bidders can contact Mr. Carlton Bradshaw at carlton.bradshaw@usda.gov or (202) 690-4359.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 10:05 PM UTC
The document is an amendment to solicitation number 12314425Q0110 issued by the USDA, detailing various modifications affecting a contract related to security detection systems. Key updates include a request for a bid extension to April 23, 2025, and clarifications regarding equipment availability at different locations. The amendment confirms that multiple sites have camera coverage and video recording facilities, contrary to previous assumptions. The period of performance for the contract spans from June 1, 2025, to May 31, 2030, divided into multiple tasks including IDS Testing, preventive maintenance, an extended warranty, and remote technical support. Each task is outlined with specific product/service codes. The amendment emphasizes the importance of acknowledgment of receipt for successful bid submission and clarifies procedural guidelines for communication regarding submissions and modifications. This document is part of fundamental operational processes within federal procurement, demonstrating adherence to contract management protocols and ensuring effective service delivery in security systems maintenance and support.
Apr 10, 2025, 10:05 PM UTC
The document is a Request for Proposal (RFP) issued by the USDA, detailing a procurement plan for various services related to security detection systems. It outlines solicitation parameters, including an offer due date set for March 25, 2025, and a performance period spanning from June 1, 2025, to May 31, 2030. The solicitation includes a unique identifier and various codes relevant to the process. The acquisition is categorized as unrestricted with a small business set aside. The document lists specific tasks to be performed, consisting of tasks like IDS testing, preventive maintenance, and remote technical support, emphasizing the importance of thorough services in ensuring security measures are adequately met. Additionally, it incorporates the Federal Acquisition Regulation (FAR) pertaining to commercial items, with guidelines on invoicing and payment terms. This RFP forms part of the government’s efforts to procure commercial items effectively while providing a clear outline of expectations and regulations for prospective contractors.
Apr 10, 2025, 10:05 PM UTC
The United States Department of Agriculture (USDA) seeks proposals for the testing and maintenance of its Irradiator Intrusion Detection Systems (IDS) under Solicitation No. 12314425Q0110. This initiative aims to ensure the security and operational integrity of irradiators across four critical USDA facilities that handle radioactive materials, crucial for research and pest control activities. Offerors are required to submit proposals by April 14, 2025, detailing their compliance with specific performance tasks, including semi-annual testing, preventive maintenance, remote technical support, and emergency on-site assistance. The contract will be a Firm Fixed Price (FFP) arrangement, spanning one base year and four option years, with a possible reduction in locations after the initial contract period. Offerors must provide adequate technical support and meet stringent security and performance requirements in line with NRC regulations. Evaluation criteria will focus on technical acceptability, prior experience, and pricing, ensuring that only suitably qualified bidders are selected. This RFP underscores the USDA's commitment to maintaining stringent safety protocols and operational functionality in handling potentially hazardous materials while mitigating risks associated with unauthorized access.
Apr 10, 2025, 10:05 PM UTC
The document comprises a set of solicitation questions and answers regarding a government request for proposals (RFP). It includes an extension for bid submissions to April 23, 2025, with quotes due by 10:00 a.m. MST. Key clarifications address the misconception regarding the presence of RAD Lenel workstations, confirming there are none onsite. Additionally, while it was inquired if only Hawaii has cameras, the response clarified that all locations are equipped with cameras. Lastly, regarding the network video recorder (NVR), it was stated that every location has video recording capability, not just Hawaii. This communication aims to clarify specifications for potential bidders, ensuring they have accurate information regarding the project's requirements and settings. The document reflects the typical process of addressing inquiries to enhance understanding in government procurement initiatives.
Apr 10, 2025, 10:05 PM UTC
The Personnel Security Addendum outlines security requirements for contractors working with the USDA under classified national security contracts. It categorizes the contract as Tier 5 critical sensitive but notes that it does not require access to USDA classified information. Contractors must ensure that all personnel are U.S. citizens and have undergone a favorably adjudicated Tier 5 background investigation before starting work. The document emphasizes the USDA's authority to request the removal of contractor personnel whose actions conflict with government interests. Contractors must manage employee terminations promptly, returning all government-issued materials. Compliance with the National Industrial Security Program regulations is mandatory, and all contractor personnel must follow HSPD-12 for identity verification. Work will primarily take place at USDA headquarters, with provisions for alternative locations as needed. The hours of operation are set, and any necessary overtime must be pre-approved. The addendum underscores the contractor's responsibility for employee conduct, compliance with security laws, and adherence to privacy requirements involving sensitive information. Proper training and reporting procedures for any adverse employee information are also stipulated, reinforcing the importance of security and responsibility in fulfilling contract duties.
Apr 10, 2025, 10:05 PM UTC
The Sentry-RMS Quarterly Performance Test document outlines the procedures for testing the Remote Monitoring System (RMS) to ensure it operates effectively and safely. The main objectives are to verify system operation, identify any issues, and document performance quarterly. Key activities include a health check of the system, verification of camera views, testing of tamper alarms, and evaluations of radiation detectors. The testing employs multiple personnel, ensuring alarm activations are communicated correctly across all monitoring stations. Specific protocols guide technicians on maintaining equipment, such as verifying camera field of view and conducting alarm tests for tampering and radiation detection. The process involves documenting actions and confirming the integrity of backup systems and alarms. This testing is crucial for the Office of Radiological Security to assess the system's status and outline necessary program actions to maintain operational efficiency and safety compliance. The quarterly performance tests are part of a broader commitment to ensuring the reliability of radiological security technologies, supporting federal mandates in law enforcement and safety. The document emphasizes systematic checks, thorough documentation, and adherence to operational protocols, reflecting its significance within government operations related to radiological security.
Apr 10, 2025, 10:05 PM UTC
The USDA's testing procedures for irradiation equipment focus on ensuring the functionality and reliability of various security and monitoring systems. The document outlines a comprehensive checklist for conducting system tests, including procedures for monitoring alarms, power failures, battery issues, and tamper detection across several units like RMS, TISH, and Sentry. Each procedure requires the monitoring station to switch the system to test mode and includes verifying alarm notifications sent to USDA personnel. Critical testing includes checking the operation of motion sensors, duress buttons, biometric card readers, and video monitoring systems, ensuring each component responds accurately to potential threats. The systematic approach facilitates compliance with safety protocols and enhances operational integrity, displaying the USDA's commitment to maintaining a secure environment for its facilities. These rigorous testing procedures reflect regulatory standards typical of government contracts and grants, highlighting the significance of reliability and accountability in government operations.
Apr 10, 2025, 10:05 PM UTC
This document outlines a Request for Proposal (RFP) related to technical support and maintenance services for an Integrated Detection System (IDS) over multiple years. It establishes various Contract Line Item Numbers (CLINs) for different tasks, including IDS testing and preventive maintenance, extended equipment warranty, remote technical support, and emergency on-site technical support. The pricing structure outlines costs for a base year, followed by four option years, emphasizing the potential for extended service contracts. Each year includes the same categories of CLINs, indicating continuity in service offerings. Overall, the document provides a structured proposal to facilitate long-term support and maintenance arrangements, crucial for government contracts focused on technology and safety compliance.
Lifecycle
Title
Type
Irradiator
Currently viewing
Solicitation
Similar Opportunities
Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is preparing to solicit bids for the collection of Bovine Spongiform Encephalopathy (BSE) surveillance samples from cattle across the United States. This initiative aims to gather brain stem samples from targeted cattle populations, which are subject to change based on the evolving demographics of the national cattle population. The government intends to award multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors capable of accessing these cattle populations, with the solicitation expected to be released on or around November 20, 2024. Interested parties should monitor SAM.gov for the solicitation number 12639525Q0012 and are encouraged to reach out to Amanda Imlach at amanda.imlach@usda.gov or 978-770-3634 for further inquiries.
Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
Buyer not available
The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
Rice for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of rice through its Agricultural Marketing Service's Commodity Procurement Program, under solicitation number 12-3J14-25-B-0306. This opportunity emphasizes the inclusion of small businesses, requiring large firms to source products from small businesses if they do not manufacture the goods themselves, and mandates compliance with food safety regulations. The rice will be utilized in domestic food assistance programs, with deliveries expected between July 1 and September 30, 2025, and bids are due by April 30, 2025. Interested vendors must submit their offers via the Web-Based Supply Chain Management System and can contact Terry Lutz at terry.lutz@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Magnetic Induction Cycler (MIC)
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure a Magnetic Induction Cycler (MIC) for qualitative polymerase chain reaction (qPCR) technology for its facility in Manhattan, Kansas. This procurement aims to enhance the capabilities of the National Bio and Agro Defense Facility (NBAF) in conducting critical biological research and diagnostics. The anticipated contract will be a firm fixed price purchase order, with the solicitation expected to be released on or about April 9, 2025, and the contract effective date projected for May 5, 2025. Interested vendors should monitor the designated website for updates and are encouraged to direct inquiries to Margaux Nenichka at Margaux.G.Nenichka@usda.gov.
Yearly Preventative Maintenance and Radiation Safety Survey of Creative Electron X-ray Machine.
Buyer not available
The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking qualified vendors for the annual preventative maintenance and radiation safety survey of a Creative Electron X-ray machine at the National Computer Forensics Institute (NCFI) Lab in Tulsa, Oklahoma. The procurement aims to ensure compliance with federal regulations and maintain the safe operation of the X-ray machine, which is critical for the USSS's forensic operations. Key tasks include measuring radiation leakage, inspecting safety interlocks, and documenting maintenance activities, with the contract structured as a Firm Fixed Price for a base period and four option years. Interested parties must demonstrate over five years of relevant experience and submit their responses by May 7, 2025, to the designated contacts, LorieAnne Kliewer and Matthew Sutton, at their respective email addresses.
Direct Management Systems Building Automation Preventative Maintenance/Repair
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the Direct Management Systems Building Automation Preventative Maintenance and Repair at the Appalachian Fruit Research Station in Kearneysville, West Virginia. The contract, identified as solicitation number 12305B25Q0050, requires comprehensive preventative and emergency repair services for the Building Management Systems, with a performance period spanning from August 1, 2025, to July 31, 2030, including four optional extension years. This procurement is critical for maintaining operational integrity and enhancing agricultural research productivity, as the contractor must be an authorized representative of Schneider Electric, capable of servicing specific software and control systems. Interested parties must submit their quotations electronically by May 7, 2025, and direct any questions to Monte Jordan at monte.jordan@usda.gov by April 30, 2025.
Canned Dried Beans for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking offers for the procurement of Canned Dried Beans to support domestic food assistance programs, including the National School Lunch Program. The solicitation aims to ensure the availability of these essential food items, with specific provisions for small business participation, including set-asides for service-disabled veteran-owned businesses and other designated categories. Bids are due by May 9, 2025, with deliveries expected between July 1, 2025, and September 30, 2025, and interested parties should submit their offers electronically via the Web-Based Supply Chain Management System (WBSCM). For further inquiries, potential contractors can contact Glenn Reid at glenn.reid@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.
Section 32 Fresh Peaches for use in Domestic Food Assistance Programs.
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of fresh peaches to support domestic food assistance programs. The solicitation aims to ensure the delivery of high-quality produce, with specific requirements for compliance with Agricultural Acquisition Regulations (AGAR) and Federal Acquisition Regulations (FAR), including potential small business set-asides and price evaluation preferences for HUBZone small businesses. This procurement is vital for maintaining the supply of fresh fruits in USDA programs, with bids due by May 5, 2025, and all submissions must be made electronically through the USDA Web Based Supply Chain Management (WBSCM) system. Interested vendors should contact Ashley Train at ashley.train@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Purchase/Install Intrusion Detection System (IDS) - Richmond, VA
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking quotes for the purchase and installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, VA. This project involves the removal of outdated IDS equipment and the installation of advanced systems to enhance security for federal facilities, ensuring compliance with federal regulations, including those prohibiting specific telecommunications equipment from certain foreign companies. Interested vendors must submit their quotes, which should include all labor, materials, and compliance documentation, by May 16, 2025, with a pre-proposal site visit scheduled for April 29, 2025. For inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors to purchase and install 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, which includes components such as an alarm control panel, alarm keypads, and wireless transmitters, among others. This procurement is crucial for enhancing security measures within federal facilities, ensuring the protection of personnel and assets. Interested vendors must submit their quotes by May 9, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.