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.