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
    Notice of Intent to Sole Source SFS Camera Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the repair, relocation, re-installation, and replacement of 628 Security Forces Squadron (SFS) cameras at Joint Base Charleston (JB CHS) in South Carolina. This procurement is critical to address urgent operational needs related to the Avigilon control center system, ensuring the security of the base amidst ongoing construction and functionality challenges. The contracting officer has determined that only one vendor can meet these specific requirements promptly, as previous efforts to identify alternative sources were unsuccessful due to the urgency of the repairs and the need for familiarity with the existing infrastructure. Interested vendors should respond via email to 2d Lt Laura Wade at laura.wade.2@us.af.mil and Taylor McDaniel at taylor.mcdaniel.1@us.af.mil by September 29, 2024, at 2:00 PM Eastern Daylight Time, providing their capabilities and relevant business information.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    Request For Quote - Trail Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, is seeking quotes for the procurement of trail cameras and associated equipment as part of a total small business set-aside initiative. The procurement includes two main line items: 13 units of sensor kits and intelligent camera kits, along with necessary licenses, solar panels, batteries, and on-site support services, followed by a scaled-down requirement of 4 units for each kit type. This initiative aims to enhance surveillance capabilities at a key defense facility, ensuring effective monitoring and early detection of unauthorized access. Interested vendors must submit their quotes by September 30, 2024, at 8:00 AM PDT, to the designated contacts, Jasmine Waterman and Jahdiel Salazar, with the total estimated budget for this effort being $25 million.
    NMCC Facility Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force District of Washington, is soliciting proposals for facility maintenance services at the National Military Command Center (NMCC) under solicitation FA701424R0069. The procurement aims to ensure operational readiness and maintenance of critical facility systems, including project management, HVAC, and emergency response capabilities, with a focus on compliance with federal regulations and safety standards. This contract, valued at approximately $47 million over multiple years, is set aside for small businesses, particularly those owned by women, and proposals are due by October 17, 2024. Interested parties can contact Mr. David Warner at david.warner.27@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil for further information.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The C-5 Tension Regulators are essential for maintaining flight control cable tension, which is vital for aviation safety. Interested contractors must submit their proposals by October 25, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline at jacob.kline.4@us.af.mil or Phillip Russell at phillip.russell.9@us.af.mil for further inquiries.
    AN/ALR-20 Panoramic Indicator Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a Cost Plus Fixed Fee (CPFF) 5-year Indefinite Delivery Contract for the repair of the AN/ALR-20 Panoramic Indicator. This indicator is used on the B-52H aircraft to display relative frequency and amplitude information of received threat signals. The contract includes a total of 200 units to be repaired over four ordering periods. The intended source for this acquisition is L3 Harris Technologies, Inc. located in Amityville, NY. The Government does not own the data or rights to the data needed for repair from additional sources. All responsible sources may submit a capability statement or proposal for consideration. This notice is not a request for competitive proposals. For additional information or concerns, potential offerors should contact the primary and alternate POC listed in the notice.