ICIDS Maintenance and Monitoring Services
ID: PANMCC24P0000008258Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT CARSONFORT CARSON, CO, 80913-5198, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and monitoring services for the Integrated Commercial Intrusion Detection System (ICIDS) at Fort Carson, Colorado. The contractor will be responsible for delivering all necessary personnel, equipment, and services to ensure effective alarm monitoring, preventive and corrective maintenance, and documentation of alarm incidents, thereby enhancing the security of Army assets. This procurement is crucial for maintaining compliance with Army Regulations and minimizing system downtime, ultimately supporting the operational readiness of military installations. Interested parties should contact Mia White at mia.n.white2.civ@army.mil or Farah Surin at farah.surin.civ@army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Access Control Point Camera Updates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the "Access Control Point Camera Updates" project, which is being managed by the W6QM MICC-FT Carson office. The procurement aims to update and enhance the existing camera systems used for access control, ensuring improved security and monitoring capabilities. This initiative is crucial for maintaining the integrity of security operations at military installations, particularly in Colorado Springs, Colorado, where the work will be performed. Interested small businesses are encouraged to reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    CCTV MAINTENANCE AND SERVICES
    Active
    Dept Of Defense
    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.
    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.
    Fire Alarm BPA Fort Drum NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fire Alarm services at Fort Drum, NY. The services include fire alarm sales combined with installation, repair, or monitoring services. The BPA calls may be below $25,000 and sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons.
    166 CES Fire Win 11 Technology Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking a contractor to provide and install critical technology upgrades for the 166 CES Fire Department at New Castle Air Base. The procurement involves the replacement and installation of specific equipment, including CPUs, monitors, and uninterruptible power supply (UPS) units, which are essential for the integration with existing proprietary Monaco systems that monitor fire alarms and suppression systems. This sole-source contract with Monaco Enterprises Inc. is justified due to their exclusive ownership of the necessary software and technical capabilities, ensuring compatibility and efficiency in emergency response operations. Interested parties can contact Brian Powell at brian.powell.6@us.af.mil or 302-323-3347 for further information regarding this total small business set-aside opportunity.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 6
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking proposals for the installation of a Vindicator Badge Manager System, as outlined in their recent solicitation. The project requires the provision of seven Vindicator Command Centers, along with necessary hardware, software, installation services, and training for personnel, ensuring compliance with applicable security standards. This initiative is crucial for enhancing access control and security management within restricted areas at the base. Interested vendors must submit their quotes by September 30, 2024, at 9 AM MT, and can direct inquiries to Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil.
    Maintenance and Repair of Commercial, Industrial Machinery Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking interest from small businesses for the maintenance and repair of commercial and industrial machinery and equipment at Fort Liberty, North Carolina. This Sources Sought Notice aims to gather information to determine if there are at least two qualified small businesses that can support a potential contract set-aside for these services, which include the upkeep of cranes, hoists, scales, dock levelers, and vehicle lifts. The selected contractor will be responsible for ensuring compliance with safety standards and federal regulations while maintaining essential infrastructure for material handling and logistical operations. Interested firms are encouraged to submit their qualifications, including company information, past experience, and suggestions for enhancing competition, by contacting Vandetta M. McGoogan at vandetta.m.mcgoogan.civ@army.mil or Quentin Williams at quentin.williams.civ@army.mil. The anticipated NAICS code for this requirement is 811310, with a small business size standard of $12.5 million.
    MEDDEAC Building Automation Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide building automation services for the Bassett Army Community Hospital (BACH) in Fairbanks, Alaska. The contractor will be responsible for supplying materials, labor, and equipment necessary for training, testing, cleaning, software updates, and preventive maintenance on all Siemens Direct Digital Control (DDC) systems to preemptively address potential failures. This procurement is critical for maintaining the operational integrity of alarm, signal, and security detection systems within the hospital, ensuring the safety and efficiency of healthcare services. Interested parties should contact Mr. Christopher Taylor at christopher.e.taylor30.civ@army.mil for further details, as this presolicitation notice indicates a single-source solicitation in accordance with FAR regulations.
    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.
    VSS Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service (FPS) is seeking a contractor for the installation of a new Video Surveillance System (VSS) at the Denver Federal Center, Building 56. The contractor will be responsible for purchasing and installing a stand-alone network video management system, with all work to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm-fixed price contract anticipated. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the extended deadline of October 15, 2024, at 0900 PDT. For further inquiries, potential bidders can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.