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
    Request for Quotation 19NL8024Q0064 Key Storage & Management System
    Active
    State, Department Of
    The U.S. Embassy in The Hague is soliciting competitive quotations for a Key Storage and Management System to securely manage approximately 320 keys for its housing pool. The procurement aims to provide a system that allows authorized personnel to efficiently access and track keys, with options for either a wall-mounted or stand-alone solution, along with necessary training for the Housing and Facilities Teams. This initiative is crucial for enhancing security and operational efficiency in managing essential assets. Quotations are due by September 23, 2024, at 17:00 local time, and interested vendors must register in the SAM database and submit any questions by September 18, 2024. For further inquiries, vendors can contact Jonathan P. Wedd at WeddJP@state.gov or Geoffrey Osei-Bonsu at TheHagueContracts@state.gov.
    FY24 IOD-OMSU Medical Equipment
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting quotes for medical equipment under the RFQ number 15M10224QA4700344, with a focus on small businesses. The procurement includes various medical supplies such as IO700-EN Sam IO drivers, needles, stabilizers, and adapters, with a performance period extending from September 30, 2024, to September 29, 2025. This initiative underscores the federal government's commitment to engaging small businesses while ensuring compliance with regulations and providing essential medical supplies to government agencies. Interested vendors must submit their quotes by September 18, 2024, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    RFP - Vehicle Weapon Lock Boxes
    Active
    Justice, Department Of
    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 valued at up to $3 million. The objective is to acquire standardized lock boxes designed for secure storage in FBI fleet vehicles, with specific requirements for size, security features, and compliance with established firearm policies. This initiative aims to enhance the safety and security of sensitive items while promoting participation from small businesses in the procurement process. Interested vendors must submit their proposals by September 26, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Katelyn R. Haus at KRHAUS@fbi.gov.
    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.
    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.
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.
    Digital Flatbed Cutter & Associated Services
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Prison Industries, Inc., is seeking proposals for a firm-fixed-price contract to supply a Digital Flatbed Cutter and associated services at its facility in Cumberland, Maryland. The procurement aims to enhance manufacturing capabilities while providing job skills to incarcerated individuals, thereby supporting rehabilitation efforts. Vendors are required to deliver, install, and provide training for the cutting equipment, which must meet specific technical specifications, including a cutting area of 63"x98" and various cutting tools, along with necessary software. Proposals are due by September 24, 2024, at 2:00 PM EST, and interested parties can contact Elizabeth McNealy at elizabeth.mcnealy@usdoj.gov for further information.
    Narcotics Cabinet/Modular Locker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Narcotics Cabinet/Modular Locker under solicitation FA4877-24-QA554. The primary objective is to replace an outdated storage system for narcotics with an intelligent modular locker system that incorporates advanced security features, including weight recognition technology, to accommodate approximately 70 personnel in a medical logistics office. This procurement is critical for enhancing security and operational efficiency within military facilities, ensuring compliance with federal standards. Interested vendors must submit their quotes by September 17, 2024, and all items are to be delivered by November 30, 2024; for inquiries, contact Matthew Hackett at matthew.hackett.1@us.af.mil or 520-228-3038.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    1st Quarter Subsistence, FY 2025 United States Penitentiary McCreary, Kentucky
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking proposals for the procurement of Quarterly Subsistence for the United States Penitentiary in McCreary, Kentucky, for the first quarter of FY 2025. This solicitation is specifically aimed at small businesses under a Total Small Business Set-Aside, with a focus on providing a variety of food products, including kosher and halal options, that meet stringent dietary and safety standards. The contract will be awarded based on the most advantageous offer considering price and past performance, with proposals due by September 18, 2024, at 2:00 p.m. EST. Interested parties should direct inquiries to Robert Bland at Rbland@bop.gov or by phone at 202-598-1665, and must ensure they are registered in SAM to participate in the bidding process.