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
  1. 1
    Posted Sep 26, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 26, 2024, 12:00 AM UTC
  3. 3
    Due Sep 26, 2025, 7:00 PM UTC
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
Sep 26, 2024, 6:20 PM UTC
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.
Sep 26, 2024, 6:20 PM UTC
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
SOLE SOURCE RIEGL VZ-20001 3D TLS 2 YEAR MAINTENANCE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source contract for the maintenance of two Riegl VZ-20001 3D terrestrial laser scanners (TLS) over a two-year period. The procurement aims to ensure reliable operation and maintenance of advanced imaging equipment, which is critical for precision tasks in governmental operations. The selected contractor, Riegl USA, will perform comprehensive maintenance, recalibration, firmware updates, and performance testing on the scanners, with the anticipated contract award date set for April 23, 2025, and an estimated delivery schedule on or before July 2, 2025. Interested parties may submit capability statements or proposals to the primary contact, Amber Marshall, at amber.marshall.4@us.af.mil or by phone at 801-777-3484.
20SF IDS and Camera Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the security camera system at Shaw Air Force Base under solicitation number FA480325R0020. The project entails replacing 15 interior and 10 exterior cameras within the 20th Security Forces Squadron's Commercial Vehicle Inspection Area (CVIA) and integrating them into the existing Integrated Base Defense Security System (IBDSS) to enhance visual monitoring and security response capabilities. This upgrade is crucial for maintaining the physical security and integrated defense mission of the 20th Fighter Wing, ensuring that alarm activations can be effectively monitored and assessed. Interested contractors must adhere to specific guidelines for equipment delivery and installation, with the project expected to be completed within 120 calendar days from the Notice to Proceed. For further inquiries, potential bidders can contact Mar Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.
21 LRS Security Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a new CCTV security system at Schriever Space Force Base in Colorado. This procurement aims to enhance the facility's security through the installation of high-resolution cameras with night vision capabilities, ensuring compliance with federal regulations and operational standards. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires vendors to submit technical proposals, estimated delivery timelines, and financial responsibility statements by April 15, 2025, at 12:00 PM MDT. Interested parties can reach out to SSgt Joshua Stone at joshua.stone.23@spaceforce.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil for further inquiries.
610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure cost-effective operations, maintenance, and repair services for Non-Real Property equipment, ensuring the functionality and longevity of the 610 CACS missions through comprehensive life cycle maintenance practices. The contract will be awarded as a firm-fixed price IDIQ with a five-year ordering period, and it is exclusively set aside for 8(a) small businesses. Interested contractors must submit their quotes by May 5, 2025, and all inquiries should be directed to Megan Middleton at megan.middleton.5@us.af.mil by April 4, 2025.
Notice of Intent to Sole Source- Advantor Intrusion Detection System
Buyer not available
The Department of Defense, specifically the U.S. Air Force Academy (USAFA), has issued a Notice of Intent to award a sole source contract to Advantor Systems, Ltd. for the installation of an intrusion detection system. This procurement involves the installation of six passive infrared (PIR) sensors, five building management system (BMS) sensors, and two control panels, all integrated with Advantor’s ASN 6.2, as Advantor is the only responsible source due to its proprietary rights and the absence of alternative certified systems. The project is governed by the Buy American Act, and while this notice is informational and does not solicit bids, interested parties may submit capability statements by April 25, 2025, to demonstrate their ability to meet the requirements, ensuring they are registered in the System for Award Management (SAM). For any inquiries, initial concerns should be directed to the contracting officer, with an ombudsman available for dispute resolution.
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 SIPR Secure Video Teleconferencing (VTC) System at Joint Base Pearl Harbor-Hickam in Hawaii. The primary objective is to modernize the existing VTC capabilities to support secure communications, ensuring compliance with Defense Information Systems Agency (DISA) standards and integrating with current audio-visual equipment. This project is critical for enhancing mission situational awareness and operational efficiency within secure environments. Interested contractors must submit their quotes by April 14, 2025, and are encouraged to direct inquiries to Kasarah Hernandez at kasarah.hernandez.2@us.af.mil or Dominick Cagle at dominick.cagle@us.af.mil, with the understanding that funding is contingent upon appropriated funds availability.
Notice of Intent to Sole Source - 21 CS CMSFS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Amentum for operations, maintenance, and management activities at Cheyenne Mountain Space Force Station and the Defense Red Switch Network at Peterson Space Force Base. This contract aims to provide continued support for the 21st Communications Squadron, bridging the gap between the current NISSC II contract and a future competitive follow-on effort for IT services. Interested parties are invited to submit technical packages detailing their capabilities and estimated costs for transitioning services, with responses due by 5:00 PM MDT on April 15, 2025, to the designated contacts, Tracy Anderson and Scott Donnellon, via their provided emails.
JREAT Helpdesk 2025 - Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Army National Guard, intends to issue a sole source firm fixed price contract to Science Applications International Incorporation for the JREAT Helpdesk 2025 services. This procurement involves providing updated software licenses for the Joint Range Extension (JRE) system, which is critical for maintaining the security and interoperability of JREAT equipment used in mission execution. The contract will span one base year with four optional years, requiring the contractor to supply personnel, equipment, and quality control measures while adhering to specific performance metrics and compliance regulations. Interested parties must express their interest and capability by April 22, 2025, by contacting Clesson Paet at clesson.k.paet.civ@army.mil, with the NAICS code for this procurement being 513210 and a size standard of $47 million.
Intent to Award Sole Source- PitchBook
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for a Standard Platform Subscription to PitchBook, which includes access for five authorized users to various research tools and plugins. The Air Force Research Labs Aerospace Systems Directorate (AFRL/RQ) requires this subscription to support its operations, which will be utilized for emerging technology research and equity analysis over a period of 365 days following delivery. Interested vendors are invited to submit capability statements or proposals within seven days of this notice, with responses due by April 16, 2025, at 12:00 PM EDT, to Anne Mitchell at anne.mitchell.1@us.af.mil. The government will consider all submissions to determine whether to proceed with a competitive procurement process.
Alternate BDOC
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of security systems services to Prometheus Security Group, Inc. This contract, titled "Alternate BDOC," involves the acquisition of various specialized equipment, including client workstations, motion sensors, and alarm contacts, which are critical for the operation of Barksdale Air Force Base's Base Defense Operations Center. The procurement is justified as a sole source due to the complexity of the existing communication systems integrated with Vindicator Technology, necessitating specialized technical knowledge. Interested parties may submit capability statements or proposals for future acquisitions, and inquiries should be directed to SrA Darrell Gomba at darrell.gomba@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.