CCTV MAINTENANCE AND SERVICES
ID: FA480024QA109Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.

    Files
    Title
    Posted
    The document pertains to federal and state/local government Requests for Proposals (RFPs) and grant opportunities. It aims to provide critical information regarding available funding and project support for various initiatives. The file outlines the procedures for applying for grants and RFPs, emphasizing the importance of compliance with federal and local regulations. Additionally, it addresses eligibility criteria, application processes, evaluation metrics for proposals, and deadlines for submissions. The document serves as a resource for organizations seeking financial assistance for projects that align with government priorities, underscoring the need for clear, transparent proposals. It promotes engagement between government entities and potential contractors or grantees to ensure the successful implementation of funded activities. The overarching purpose is to facilitate access to resources while maintaining accountability and effectiveness in utilizing public funds.
    The Air Force plans to award a sole source contract to INTER-SOLUTIONS, INC to provide maintenance and services for CCTV systems in support of AIR COMBAT COMMAND. This non-competitive award is justified under FAR 6.302-1, citing the absence of other suppliers who can meet the agency’s needs. The contract, which has a total business size threshold of $25 million under the NAICS code 561621, will be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements by September 26, 2024, for the government’s consideration of potential competition. However, the decision to proceed with competitive procurement rests solely with the government. This notice serves as a mandatory notification under FAR Part 5.203 to alert relevant stakeholders regarding the intended contract award and upcoming deadlines for submissions and inquiries. The document illustrates government procurement procedures and emphasizes the Air Force's commitment to maintaining operational integrity through essential service contracts.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    4K Security Camera System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a 4K Security Camera System to be installed at Beale Air Force Base in California. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at enhancing security measures and operational efficiency by providing advanced surveillance capabilities for tool accountability and personnel identification. The system will include eight indoor cameras with high-resolution recording and extensive storage capabilities, addressing current inadequacies in the existing visual monitoring setup. Interested vendors must submit their quotes by noon PST on March 18, 2025, and can direct inquiries to David Wadkins at david.wadkins@us.af.mil or SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil.
    766 ESS SVTC Conference Room Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and upgrade of a Secure Video Teleconferencing (VTC) system at Joint Base Pearl Harbor-Hickam in Hawaii. The project aims to modernize existing VTC capabilities to enhance secure communication for military operations, requiring the contractor to provide secure VTC functionalities on both NIPR and SIPR networks, install related audio-visual equipment, and ensure compliance with Defense Information Systems Agency standards. This procurement is crucial for improving mission efficiency and secure communications within the military, with a total small business set-aside under SBA guidelines. Interested parties should contact Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil for further inquiries, with a project completion timeline of 180 days post-award and a delivery expectation set for September 30, 2025.
    KenCast GBS FAZZT Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    SPE4A825Q0036 - Manual-Conveyance Intelligent Fluorescent Penetrant System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole-source solicitation for a Manual-Conveyance Intelligent Fluorescent Penetrant Inspection System. This procurement aims to acquire one unit of the inspection system, with a contract completion timeline of 200 days after receipt of order (ARO), and includes a comprehensive technical data package detailing design, lubrication, supplies, and labor requirements. The system is crucial for ensuring the quality and safety of metal components, particularly in defense applications. Interested vendors should note that the solicitation is anticipated to be released on February 24, 2025, with a closing date of March 24, 2025. For further inquiries, Roberta Anderson can be contacted at roberta.anderson@dla.mil or by phone at 804-659-8013.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Cisco Board Pro 55 System and associated equipment to enhance secure video teleconferencing capabilities at Nellis Air Force Base in Nevada. The project involves the installation of a mobile SIPRNet Video Teleconference system in a briefing room, which includes specific Cisco products to ensure compatibility with existing communication infrastructure. This procurement is crucial for maintaining operational readiness and effective communication during military exercises and briefings. Proposals are due by February 25, 2024, with a required delivery within 90 days of order receipt. Interested vendors can contact Avery Irwin at avery.irwin@us.af.mil or SSgt Chase Brandt at chase.brandt@us.af.mil for further details.
    J--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, has issued a special notice of intent to award a sole source contract for security systems services. The procurement aims to address maintenance, repair, and rebuilding of alarm, signal, and security detection systems, which are critical for ensuring the safety and security of federal facilities and wildlife resources. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.
    Internet Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force at Barksdale Air Force Base, intends to award a sole source contract for internet services to Cebridge, operating as Optimum, through a Blanket Purchase Agreement (BPA). This procurement aims to ensure a seamless continuation of internet services, addressing the fluctuating connectivity demands of various base departments while minimizing disruptions associated with transitioning to a new provider. The decision to pursue a sole source contract is supported by market research indicating that switching providers could jeopardize critical operations and necessitate significant infrastructure updates. Interested firms contesting this designation must provide compelling evidence of their capability to meet the base's needs without incurring excessive costs or delays. For inquiries, interested parties may contact SrA Lorenzo Kawaihalau-Delena at lorenzo.kawaihalau-delena@us.af.mil or Thomas Hutchins at thomas.hutchins.2@us.af.mil.
    N0003925R2004 Notice of Intent to Award a Sole Source Contract for Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAWARSYSCOM), intends to award a sole source contract to L3Harris Technologies, Inc. for engineering support services related to the Commercial Broadband Satellite Program (CBSP). This contract will cover maintenance, repair, and support for the CBSP Force Level Variant and Unit Level Variant terminals, which are critical for communications and navigation systems. The procurement is justified under the authority of 10 U.S.C. 3204(a)(1) and FAR 6.302-1, citing that only one responsible source is available for these specialized services. Interested parties can reach out to Contract Specialist Steffany Becker at steffany.a.becker.civ@us.navy.mil or by phone at 619-548-1837 for further information.
    Notice of Intent to Sole Source - USBP UGS Camera Sensors SC410 Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to award a sole source contract to Albers Aerospace for critical software upgrades to the SC-410 unattended ground sensor cameras. The procurement aims to integrate these cameras into the Government's Intelligent Computer Assisted Detection (ICAD) system, addressing software integration requirements that only Albers can fulfill, as they are the original manufacturer and sole provider authorized for these upgrades. The upgrades are essential for enhancing border security operations, ensuring that the UGS SC-410 cameras can be fully operational and effective. For further inquiries, interested parties may contact Frank S. Duarte at frank.s.duarte@cbp.dhs.gov; specific funding amounts and deadlines have not been disclosed.