USMS FY24 D07 INTELLIGENT KEY MANAGEMENT SYSTEM
ID: 15M10224RA4700218Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

Computer Storage Device Manufacturing (334112)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    The US Department of Justice, US Marshals Service (USMS) is seeking proposals for its FY24 D07 Intelligent Key Management System project. The corrected deadline for offers is now August 1st, 2024, at 1:00 p.m. EST.

    The solicitation aims to procure an advanced key management system that aligns with the latest technology and integrates seamlessly with the existing access control system. The system should enable efficient management and auditing of physical key access, enhancing security across USMS facilities.

    Offerors should provide a quote on their company letterhead, including relevant details such as logo, address, point of contact, and Cage Code. Additionally, they must complete and return a signed SF-1449 form with pricing information. It's crucial to follow the instructions mentioned in the Schedule of Supplies/Services to ensure responsiveness.

    Eligible offerors should be registered with the Commercial and Government Entity (CAGE) and possess the necessary experience and expertise in implementing similar key management solutions.

    The contract award will likely result in a firm-fixed-price agreement, with an estimated value of $250,000 to $500,000. Offerors are encouraged to carefully review the attached RFP for a comprehensive understanding of requirements and evaluation criteria.

    For clarification or further information, interested parties can contact Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.

    It's important to note that this opportunity is open to all eligible participants, and there is no set-aside specified. Offerors are advised to submit their proposals by the corrected deadline to ensure consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFP - Vehicle Weapon Lock Boxes
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of Vehicle Weapon Lock Boxes under a Total Small Business Set-Aside contract. The objective is to acquire various sizes of secure lock boxes that meet specific FBI specifications, aimed at enhancing the security of firearms in fleet vehicles across the nation. This initiative is crucial for standardizing equipment and improving operational safety within the FBI, with a total funding cap of $3 million for the Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested contractors must submit their proposals by September 26, 2024, and can direct inquiries to Katelyn R. Haus at KRHAUS@fbi.gov.
    Electronic Key Control System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa National Guard, is soliciting quotes for an electronic key management system under Solicitation Number W912LP-24-Q-1019. The procurement aims to enhance security measures by acquiring a system that meets specific salient characteristics, including size, construction material, and key capacity, as detailed in the attached purchase description. This initiative is crucial for effective key management solutions at Camp Dodge Joint Maneuver Training Center in Johnston, Iowa. Interested small businesses must submit their quotes electronically by 10:00 AM central time on September 10, 2024, and direct any inquiries to Dan Collins at daniel.w.collins.civ@army.mil.
    Weapon Lock Box for FTU
    Active
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) seeks quotes for a small business set-aside contract to supply weapon lock boxes. The one-time, firm-fixed price Indefinite Delivery Indefinite Quantity contract will be awarded to the lowest price technically acceptable offeror for a twelve-month base period, with four one-year options, maxing out at $1,200,000. Quotes must be submitted by 10:00 AM on September 8, 2024, along with a sample lock box, for consideration. The FBI requires a cost-effective and efficient solution to secure weapons, with the potential for long-term use across multiple scenarios. Lock boxes must adhere to clauses on small business utilization and labor standards. This procurement's closing date is September 8, 2024, and further inquiries should be directed to Bryan Lane, Contracting Officer, at bvlane@fbi.gov or 7036328071.
    USMS IDIQ Body Armor
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS), a component of the Department of Justice, is seeking proposals for a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract to supply ballistic protective systems (body armor) for its Deputy U.S. Marshals. The contract aims to provide essential body armor components necessary for the USMS to fulfill its law enforcement responsibilities, including court security, fugitive apprehension, and witness protection. This procurement is critical for ensuring the safety and operational readiness of USMS personnel, with proposals due by October 4, 2024. Interested vendors must contact Julie Simpson at julie.simpson@usdoj.gov for the full solicitation and are encouraged to submit any questions by September 18, 2024.
    NAVCON Brig Secure Key Cabinets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide eight specialized security key storage cabinets for the Naval Consolidated Brig Charleston in South Carolina. The procurement includes various sizes of key boxes designed to manage key sets ranging from 24 to 240 keys, with features such as illuminating fobs, touch screen terminals, comprehensive key management software, and enhanced security measures like tamper alarms and emergency key release capabilities. This initiative is crucial for improving key control and security within the facility, ensuring the safety of operations. Interested vendors should submit their quotes by September 10, 2024, at 2:00 PM EST, and can contact Contract Specialist Dillon Johnson at dillon.johnson.18@us.af.mil or 843-963-3310 for further inquiries.
    Solicitation- Residential Reentry Services Located Within the Following Counties in Kansas: Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman and Harper. Home Confinement Radius Within 200 Miles of the RRC Facility
    Active
    Justice, Department Of
    The Federal Bureau of Prisons, Department of Justice, seeks proposals for managing and operating a Residential Reentry Center (RRC) and providing home confinement services for male and female federal offenders in Kansas. The goal is to facilitate the reintegration of offenders into society within the communities of Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman, and Harper, all located within a 200-mile radius of the RRC facility in Wichita. Opportunity Overview This opportunity focuses on delivering correctional services and supporting the successful transition of federal offenders back into the community. The Bureau of Prisons aims to award a single contract for both RRC in-house beds and home confinement placements. Scope of Work The selected vendor will be responsible for managing all aspects of the RRC, including staff, equipment, supplies, and services. The scope includes operating a facility that provides comprehensive community-based services, aligning with the Bureau's mission and core values. Key tasks involve developing and maintaining operational manuals, contingency plans, and community relations. The contractor must ensure compliance with health, safety, and environmental regulations and adhere to employee conduct standards. Preventing sexual abuse and maintaining a drug-free workplace is also part of the scope. For home confinement services, the contractor will supervise and support placements within a 200-mile radius. They must ensure a total of 66 beds, 59 for males and 7 for females, with an estimated maximum of 25 home confinement placements. Deliverables Current operations manual, contingency plan, and organizational chart. Community Relations Board establishment. Compliance with health, safety, and environmental regulations. Prevention of sexual abuse and maintenance of a drug-free workplace. 24/7 staffing with trained employees, including key personnel such as a Facility Director, Case Managers, and an Employment Placement Specialist. Staff training, covering various topics like discipline procedures and emergency plans. Invoicing and reimbursement management. Compliance with information-related laws, such as the Freedom of Information Act and Privacy Act. Eligibility Criteria Proposers should demonstrate experience and expertise in providing residential reentry services, with a particular focus on past performance. Client references will be critical in the evaluation process, as the Bureau will contact them to assess the vendor's capability and effectiveness in delivering these services. Funding and Contract Details The contract is an indefinite-delivery, indefinite-quantity agreement with firm-fixed unit prices. The estimated funding for the base period is approximately $3.7 million, with four one-year option periods at an estimated maximum of $1.2 million per year. Payment will be made at fixed daily or monthly rates, determined by the average daily population of offenders. Submission Process Proposals must be submitted electronically, with a clear explanation of the vendor's approach and firm rates. The technical proposal should outline methods, techniques, and manpower allocation, displaying a deep understanding of the required services. Key dates include a 6-hour notification deadline for large email submissions and a minimum proposal validity period of 240 days from the solicitation closing date, which is September 30, 2024, at 12:00 p.m. Mountain Standard Time. Evaluation Criteria The Bureau of Prisons will assess proposals based on past performance, giving significant weight to client references and their evaluations of the vendor's work. The thoroughness and accuracy of submitted information will be considered, along with the offeror's ability to demonstrate a comprehensive understanding of the required services. Contact Information For clarification or further information, prospective applicants can contact Rachel Brown at r16brown@bop.gov or 202-740-1866. The Bureau of Prisons encourages applicants to carefully review the solicitation documents and attached files for complete details on the requirement and evaluation criteria.
    Aircraft Maintenance and Operations Manuals Subscription
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS), part of the Department of Justice, intends to negotiate a sole-source contract with The Boeing Company for a subscription service to MyBoeingFleet.com, which includes access to essential aircraft maintenance and operations manuals for its fleet of Boeing 737 aircraft. This procurement is critical for ensuring compliance with federal regulatory standards, as the manuals and revision services are necessary for the maintenance and operation of the aircraft used in the Justice Prisoner and Alien Transportation System (JPATS). The total estimated value of this contract is approximately $221,525, with the period of performance set from October 1, 2024, to September 30, 2025. Interested parties may submit information to Victor J. Stamps, Contracting Officer, via email at victor.j.stamps@usdoj.gov by September 13, 2023, at 11:00 am CST.
    Locksmith Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors to provide locksmith services at its Glynco, Georgia facility. The contract will cover emergency, priority, and routine locksmith services from October 1, 2024, to September 30, 2025, with specific requirements including a 75-minute emergency response time and a maximum 2-hour routine response time. This procurement is particularly important for maintaining security and operational efficiency within federal facilities, and it is set aside for Women-Owned Small Businesses (WOSB) under the SBA Certified program. Interested parties must submit their quotes electronically by September 10, 2024, to Maritza Jennings at maritza.l.jennings@fletc.dhs.gov, and must be registered in the System for Award Management (SAM) prior to award.
    GROUP 4,5 & 9 SECURITY CONTAINERS
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for the procurement of security containers, specifically filing cabinets, under the National Stock Numbers (NSNs) for the Security Containers Program. This procurement aims to establish a multiple-award open market blanket purchase agreement, with a total award amount not exceeding $5 million over a period of five years, emphasizing compliance with federal specifications and security standards. The filing cabinets must meet stringent requirements for resistance to unauthorized entry and adhere to specific marking and packaging guidelines for both civilian and military shipments. Interested vendors, particularly those classified as small businesses, must submit their quotes by the revised deadline of September 9, 2024, and can contact Elisa Saucier at elisa.saucier@gsa.gov or 636-591-5163 for further information.
    New Key Access Security System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS) at MCAS Miramar, California, is seeking proposals for the installation of a new keycard access control system at Building 7208. This procurement aims to replace a non-functional system that has disrupted operations, thereby enhancing security and operational effectiveness for staff and management. The solicitation, identified as N63285-24-T-0018, requires interested small businesses to submit comprehensive quotes by September 11, 2024, following a site visit on September 4, 2024. For further inquiries, contractors can contact Colleen Powers at colleen.powers@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.