IDS and AFNET Fiber for the Hawaii Air National Guard
ID: W50SLF24Q11AYType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M4 USPFO ACTIVITY HIANG 154HONOLULU, HI, 96816-4495, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.

    Point(s) of Contact
    Files
    Title
    Posted
    The government RFP outlines requirements for installing Area Intrusion Detection Systems (IDS) and fiber optic lines at military facilities in Hawaii. Specifically, the tasks include the installation of an IDS at the 150th EWS and 109th EWS locations, alongside the establishment of fiber connectivity for the AFNET Circuit. The contractor is responsible for all phases of installation—design, technical support, and staff training—while ensuring compliance with stringent performance standards and local building codes. Deliverables include a design for approval, test results, and as-built drawings. The installation of fiber optic cable and Ethernet systems must adhere to industry standards such as NECA/FOA 301 and ANSI/TIA-568. Additionally, the project emphasizes the integration of advanced security capabilities through smart sensor technology and camera systems to monitor facility perimeters effectively. Overall, this request signifies a commitment by the government to enhance security measures and communications infrastructure within military environments, thus ensuring operational readiness and safeguarding sensitive areas.
    The document outlines a Statement of Work (SOW) for the installation of Intrusion Detection Systems (IDS) and Access Control Systems (ACS) for the 150th Electromagnetic Warfare Squadron at the Pacific Missile Range Facility in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam, Honolulu. These systems must be operational before facility accreditation, adhering to various security standards. The contractor is tasked with designing, procuring, and installing the necessary hardware, while ensuring coordination with existing installations and protocols. Key deliverables include a phased installation of Lenel-certified components, training for personnel on system operation, and comprehensive documentation, including As-Built drawings. The contractor must also conduct safety measures and full system checks that include a 30-day operational test to confirm functionality. Security protocols necessitate the completion of background checks for all personnel, compliance with the Privacy Act, and regulations concerning contractor access to designated military installations. This project reflects the government’s commitment to enhancing security within its facilities, aligned with federal requirements for sensitive information management. The contract is effective for one year without options for extension, emphasizing the urgency of completion in accordance with classified security requirements.
    The document outlines requirements for contractors concerning telecommunications equipment and services within government solicitations, as stipulated by the John S. McCain National Defense Authorization Act (NDAA) of 2019. It emphasizes that offerors must verify they do not provide or use “covered telecommunications equipment or services,” which are deemed critical to national security. The document specifies representations and certifications that must be completed, including inquiries into relevant equipment suppliers and potential exclusions. It also describes evaluation criteria for offers, focusing on price, technical capabilities, and past performance. Additionally, offerors must provide information regarding their business status (e.g., small business classifications) and any relevant compliance matters. The aim is to ensure government contracts uphold security standards while promoting transparency and integrity in federal procurement processes.
    This document presents the Wage Determination under the Service Contract Act by the U.S. Department of Labor, detailing wage rates and benefits for contractors and subcontractors. It specifies minimum hourly wages based on Executive Orders 14026 and 13658, requiring contracts post-January 30, 2022, to pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour, unless higher rates apply. The document contains detailed wage rates for various occupations, encompassing administrative, mechanical, health, and technical roles. Additionally, it outlines fringe benefits, paid sick leave requirements under Executive Order 13706, and compliance obligations for employers regarding health and welfare benefits. Specific provisions cover uniform cost responsibilities, hazardous pay differentials, and the conformance process for unlisted job classifications. This comprehensive wage determination supports federal RFPs and grants by ensuring fair compensation and benefits for workers under government contracts, emphasizing compliance with labor regulations and worker protections.
    The document is a Past Performance Information form utilized in the context of federal and state RFPs. It requires offerors/bidders to summarize relevant work experience from the last three years that aligns with the project's scope and magnitude. Key information requested includes the name of the offeror, reference or customer details, contract number, project title, a brief description of the work scope, performance period, contract amount, and any problems encountered during work along with corrective actions taken. This standardized format is essential for evaluating the prior performance of bidders, showing their capability and experience for future government contracts. By requiring details about past projects, agencies can assess a contractor's qualifications and potential fit for new opportunities, ensuring effective selection processes in public procurement.
    The Hawaii National Guard is seeking quotes for a procurement project (RFQ W50SLF-24-Q-11AY) focused on installing security systems as part of a 100% small business set-aside initiative. The solicitation requests three specific services: installation of Intrusion Detection Systems (IDS) at various locations: the 150th EWS in Kauai and the 109th EWS in Honolulu, as well as installation of fiber lines for AFNET at the 150th EWS. The project has a performance period of 365 days, with key factors for vendor evaluation including price, technical capability, and past performance. Vendors must submit a price quote, technical approach, and work experience information sheet, along with certifications required for bid consideration. The aim is to ensure a competitive procurement process, with award based on the lowest acceptable quote. Proposals are due by 10:00 a.m. HST on September 27, 2024, and inquiries should be directed to the designated contact. The document incorporates numerous FAR and DFARS provisions, reflecting the structured requirements and compliance necessary for government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Alarm System Testing and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm system testing and maintenance services at the Kaena Point Space Force Station in Waianae, Hawaii. The procurement aims to ensure the functionality and compliance of fire protection systems across various buildings, adhering to National Fire Protection Association (NFPA) standards and federal regulations. This initiative is critical for maintaining safety and operational efficiency within military facilities, reflecting the government's commitment to effective emergency preparedness. Interested small businesses must submit their quotes by September 18, 2024, at 4:00 PM HST, and can direct inquiries to TSgt James Meyers at jamesallanpotter.meyers@us.af.mil or Kelli Chinen at kelli.chinen@us.af.mil.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    SIPR SAFE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Hawaii Army National Guard, is seeking proposals for the procurement of a SIPR safe and desk that meets GSA class 5 protection requirements for secure laptop storage. The safe must accommodate a laptop along with SIPRGuard gateway and biometric control access, ensuring compliance with stringent security standards. This procurement is critical for enhancing the security infrastructure at a military facility in Honolulu, Hawaii, with a delivery deadline set for September 30, 2024. Interested small businesses, including service-disabled veteran-owned, women-owned, and HUBZone firms, must submit their offers by 11:00 AM on September 20, 2024, and can contact Warren Sabugo at warren.m.sabugo.civ@army.mil or 808-844-6421 for further information.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    Intrusion Detection System (IDS) and Video Management System (VMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Video Management System (VMS) for the 185th Air Refueling Wing (ARW) in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 120-day performance period, ensuring compatibility with existing Advantor systems on the base. This procurement is critical for enhancing the security infrastructure at the facility, and the government intends to award the contract on a sole source basis to Advantor Systems due to the proprietary nature of their products. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and compliance documentation, by the deadline of September 30, 2024, to Capt. Allison Harbit at the provided contact details.
    VeEX TX340s-100GX Modules
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of two VeEX TX340s-100GX universal test kits to be delivered to Joint Base Pearl Harbor-Hickam, Hawaii. The primary objective of this acquisition is to enhance circuit testing and troubleshooting capabilities at the Technical Control Facility, emphasizing the need for modern testing functionalities and user-friendly interfaces. This procurement is set aside for small businesses under NAICS code 334515, with a submission deadline for quotes now extended to 08:00 AM HST on September 19, 2024. Interested vendors should direct their inquiries and proposals to TSgt James Meyers and TSgt Morgan Brown via the provided email addresses.
    IDS System for Lackland AFB 149 FW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Access Control at the 149th Fighter Wing located at Joint Base San Antonio-Lackland, Texas. The project requires the contractor to provide a Honeywell Vindicator V5 IDS, ensuring compliance with ICD705 standards for classified storage, as the facility houses F-16 simulators critical for pilot training. The contract is set as a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable criteria, with a Firm Fixed Price contract type. Interested contractors should contact Capt Derek Guedes at derek.guedes.3@us.af.mil or 210-612-0153 for further details.
    81st Readiness Division (RD) Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Charleston District, is seeking qualified contractors to provide Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services for the 81st Readiness Division (RD). The procurement aims to ensure the operational integrity of IDS across various military facilities, requiring contractors to perform semi-annual preventative maintenance inspections and execute corrective maintenance as needed. This contract is crucial for maintaining security measures at federal installations, reflecting the government's commitment to safety and operational readiness. Interested small businesses must submit their quotes by September 23, 2024, with a total contract capacity capped at $2,500,000, and can direct inquiries to Lauren Secor at Lauren.L.Secor@usace.army.mil or Brandon Lewis at Brandon.H.Lewis@usace.army.mil.