Intrusion Detection System (IDS) and Video Management System (VMS)
ID: W50S72-24-Q-7203Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IAANG 185SIOUX CITY, IA, 51111-1396, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Video Management System (VMS) for the 185th Air Refueling Wing (ARW) in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 120-day performance period, ensuring compatibility with existing Advantor systems on the base. This procurement is critical for enhancing the security infrastructure at the facility, and the government intends to award the contract on a sole source basis to Advantor Systems due to the proprietary nature of their products. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and compliance documentation, by the deadline of September 30, 2024, to Capt. Allison Harbit at the provided contact details.

    Files
    Title
    Posted
    The document is a Vendor Information Sheet for the Request for Proposal (RFP) W50S72-24-Q-7203. It serves as a tool for vendors to provide pertinent company information needed for government contracting purposes. Key elements include the offeror's name, tax identification number, point of contact (POC) details (phone number and email), Cage Code, Unique Entity Identifier (UEI) Number, payment terms, and place of manufacture. This form is essential for the submission and evaluation of proposals, ensuring the governmental body has complete and accurate vendor data. The information gathered through this sheet enables streamlined communication and compliance with federal requirements for potential contractors. The focus of the document centers on facilitating transparency and accountability in government procurement processes.
    The document outlines various provisions and clauses pertinent to a federal solicitation, incorporating regulations from the Federal Acquisition Regulation (FAR) and the Department of Defense’s Defense Federal Acquisition Regulation Supplement (DFARS). Key elements include requirements for System for Award Management (SAM) compliance, representations concerning telecommunications equipment, prohibitions on the acquisition of specific goods, and the necessity of addressing child labor practices. Furthermore, it specifies qualifications for small businesses, including those owned by veterans or women, and mandates disclosures regarding conflicts of interest and ethical practices in contract performance. The structured format includes definitions, prohibitions, representations, and certifications necessary for contractors responding to the solicitation. The document emphasizes compliance with safeguarding covered defense information, the need for certifications related to child labor, and adherence to the Buy American and export controls. Overall, this solicitation serves to ensure contractors meet federal standards while promoting transparency, ethical operations, and national security in government procurement processes.
    The Performance Work Statement (PWS) outlines the requirements for the installation of an Intrusion Detection System (IDS) and a Video Management System (VMS) at the 185th Air Refueling Wing (ARW) in Sioux City, Iowa. The contractor is responsible for providing all necessary personnel, equipment, and materials within a 120-day performance period, working during standard business hours unless specified otherwise. The systems must be compatible with existing Advantor systems on the base. Scope includes the installation of various security components, upgrades to cameras, server replacements, and thorough testing to ensure operational readiness. The contractor must also comply with security protocols, conduct proper employee training, and submit necessary documentation, including system certification and as-built drawings, within specified timeframes. The document emphasizes quality control and outlines the government’s rights over all produced materials and data. It also stipulates adherence to regulations regarding personnel conduct and security, including a zero-tolerance policy against trafficking in persons. Overall, the PWS aims to enhance the security infrastructure at the 185th ARW while ensuring regulatory compliance and operational efficiency.
    The "Register of Wage Determinations Under the Service Contract Act" from the U.S. Department of Labor outlines wage requirements for contractors under federal service contracts, specifically highlighting the impact of Executive Orders 14026 and 13658. For contracts starting or renewing on or after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document lists applicable counties in Iowa and Nebraska and details wage rates for a variety of occupations, including administrative roles and various technical positions. It further describes fringe benefits, including health and welfare payments, vacation, and holiday entitlements. Mandatory provisions under Executive Order 13706 require paid sick leave for employees. The document emphasizes the conformance process for unlisted job classifications, ensuring that all workers are compensated according to established wage determinations. This register serves as a critical resource for federal contractors, ensuring compliance with labor standards while promoting fair wages and benefits for workers performing contract work.
    The document outlines the justification for a sole source acquisition under Simplified Acquisition Procedures (SAP) for the replacement and repair of the existing Advantor Intrusion Detection System (IDS) used by the U.S. Air Force. It specifies that the acquisition may be limited to a single source if the contracting officer determines that only one supplier can fulfill the government’s requirements. The memorandum details that Advantor Systems Corporation is uniquely positioned to meet these needs due to the proprietary nature of their products, which cannot be substituted without risking system compatibility. Market research confirms the absence of authorized distributors for the required Advantor components. The document concludes with a commitment that future upgrades will continue to investigate compatibility with Advantor to facilitate optimal system functionality. The contracting officer, Capt Allison Harbit, certifies the accuracy of the justification to limit competition while ensuring that funds are available. This memorandum emphasizes the strategic necessity of maintaining system integrity through specialized support and parts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Sole Source - Advantor IDS/ACS Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Advantor Systems for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS) at the 153rd Airlift Wing in Cheyenne, Wyoming. The project aims to address security deficiencies in the existing infrastructure by enhancing protection for classified information, requiring the contractor to provide all necessary equipment, personnel, and materials to ensure effective communication with ASN servers. Interested parties must submit their rationale for consideration by September 17, 2024, at 10:00 PM MDT to MSgt Chris Davalos at christopher.davalos.1@us.af.mil, as the government retains discretion over the procurement process.
    Building 254 Audio-Visual System Installation Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the installation of a turnkey audio-visual system in Building 254 at the 185th Air Refueling Wing in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 60-day timeframe, ensuring compliance with specified security and safety regulations. This procurement is critical for enhancing operational capabilities at the facility and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 30, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or MSgt. Megan McCauley at megan.mccauley@us.af.mil.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    IDS System for Lackland AFB 149 FW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide and install an Intrusion Detection System (IDS) and access control for building 937B at the 149th Fighter Wing, located at Joint Base San Antonio-Lackland, Texas. The project involves the installation of a Honeywell Vindicator V5 IDS, which includes the installation and testing of 6,000 feet of single-mode fiber optic cable, ensuring compliance with ICD705 regulations for classified storage. This system is crucial for securing classified F-16 simulators and enhancing the facility's operational readiness, with the work to be completed within a two-week timeframe under a Firm Fixed Price contract. Interested contractors can contact Capt Derek Guedes at derek.guedes.3@us.af.mil or by phone at 210-612-0153 for further details.
    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.
    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.
    MULTI-LOCATION VINDICATOR SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install various Vindicator Security Systems at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves multiple Contract Line Item Numbers (CLINs) for the installation and upgrade of security systems, including an Access Control System and Intrusion Detection Systems, all of which must be compatible with Honeywell Vindicator Badge Manager 3 and Windows 10. This initiative is crucial for enhancing security measures at the base, ensuring compliance with military standards and regulations. Interested contractors should contact Della Fales at della.fales.1@us.af.mil or 520-288-1922, and are encouraged to attend a site visit on September 13, 2024, with quotes due shortly thereafter.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to replace the outdated weapons vault alarm system with a new IDS, which is critical for ensuring security and compliance at a hazardous facility that requires constant monitoring to prevent unauthorized access. This opportunity is set aside for small businesses, with a total estimated contract value to be determined based on quotes received, and interested vendors must submit their proposals by September 19, 2024, following a site visit scheduled for September 13, 2024. For further inquiries, potential bidders can contact Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.