AMAG Service and Maintenance on board NAS JAX FL
ID: N6883625QS148Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the service and maintenance of the AMAG Security System at Naval Air Station Jacksonville, Florida. The contractor will be responsible for providing qualified support for the Electronic Security System, which includes routine maintenance, repairs, and testing of alarm and camera systems across various buildings, with a focus on ensuring system connectivity and functionality. This contract, valued at an estimated $25 million, includes a base period of 10 months and two optional 12-month extensions, with strict compliance requirements for personnel security and federal regulations. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Mrs. Peiney Allerton at peiney.t.allerton.civ@us.navy.mil or by phone at 904-542-4327, and must submit proposals by the specified deadline outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for an AMAG Maintenance and Service Agreement at Naval Air Station (NAS) Jacksonville. The contractor will provide qualified support for the Electronic Security System, including routine maintenance, repairs, and testing of alarm and camera systems across various buildings and critical areas. Key responsibilities include responding to trouble calls within 90 minutes, performing quarterly and bi-monthly preventive maintenance on access control, CCTV, intrusion detection, and badging systems, and installing new cameras at the fuel farm. The contract is a Firm-Fixed Price type, with performance evaluated against specific quality levels for maintenance, alarm testing, and invoicing. Strict personnel security requirements are in place, mandating U.S. citizenship, favorable background investigations (T1, T3, or T5 equivalent), and compliance with DBIDS for base access. Contractors must also protect Personally Identifiable Information and sign non-disclosure agreements regarding protected government information.
    This government solicitation, N6883625QS148, outlines requirements for Women-Owned Small Businesses (WOSB) to provide AMAG Security system service and maintenance to NAS Jacksonville, FL. The contract has an estimated total award amount of USD 25,000,000.00 and includes a base period of 10 months and two 12-month option years. Key aspects cover detailed instructions for electronic invoicing via the Wide Area WorkFlow (WAWF) system, emphasizing specific document types and routing data. The solicitation also incorporates numerous FAR and DFARS clauses by reference and full text, addressing critical areas such as small business subcontracting limitations, unique item identification, and various socio-economic and compliance requirements. Contractors must adhere to strict regulations regarding changes, payment, and a wide array of federal mandates.
    Amendment 0001 to Solicitation N6883625QS148, dated September 22, 2025, extends the offer receipt deadline and provides critical clarifications and answers to vendor questions regarding an existing AMAG Symmetry security system. The amendment outlines methods for acknowledging receipt and modifying previously submitted offers. Key details include the current AMAG Symmetry Site ID (N00207), the operating system (Windows Server 2019 Standard), and the software version (9.4.64). The amendment explicitly states that site visits cannot be scheduled due to contract scheduling constraints. It also specifies requirements for new NDAA/TAA compliant 8-megapixel varifocal cameras and NVR, and details typical issues leading to service calls, such as door security failures, AMAG panel resets, and CAC card malfunctions. The existing system is over 20 years old, and approximately four service requests were reported in the last 30 days. Attachments related to AMAG Licensing Details have been added to the solicitation.
    Similar Opportunities
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Roman Catholic Priest NAS JAX FL
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the services of a Roman Catholic priest at Naval Air Station Jacksonville, Florida. The contractor will serve as a Contract Religious Ministry Professional (CRMP), providing faith-specific religious ministry, including worship services, sacramental ministrations, pastoral care, and administrative support for Catholic personnel and their families. This contract is significant for maintaining the spiritual well-being of military personnel and their families, with a base period of 12 months and four one-year options available. Interested parties must submit their proposals by December 12, 2025, and can direct inquiries to Mrs. Peiney Allerton at peiney.t.allerton.civ@us.navy.mil or by phone at 904-542-4327.
    ALARM-MONITOR GROUP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    Boise VA Security Equipment & Software Service Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide software support and maintenance for security equipment at the Boise VA Medical Center in Idaho. This procurement specifically involves the maintenance of Lenel and Milestone Card Readers, cameras, and other security systems, with a requirement for brand name or equal equivalent products. The contract will span a base period from January 15, 2026, to January 14, 2027, with four additional option years extending to January 14, 2031. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to submit quotations, with the anticipated Request for Quote issuance on November 15, 2025, and an expected award date of January 15, 2026. For further inquiries, vendors may contact Michael J Borelli at Michael.Borelli@va.gov.
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.