INFANT SECURITY SYSTEM
ID: FA282325Q6001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the United States Air Force, is conducting market research for an Infant Security System that is MedCOI integrated, with a focus on identifying potential sources capable of providing and installing this system. The procurement aims to ensure that the system has Authorization to Operate (ATO) as determined by the Consolidated System Tracking and Reporting (CSTAR), and is open to small businesses, including those classified as 8(a), HUBZone, EDWOSB, WOSB, and SDVOSB. Interested vendors must submit a capabilities statement by 12:00 P.M. (CST) on April 4, 2025, detailing their qualifications and experience, with all submissions directed to the primary contact, Wilma “Kat” Snider, at wilma.snider@us.af.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
INFANT SECURITY SYSTEM
Currently viewing
Sources Sought
Similar Opportunities
Facility Badge-In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to implement a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. This initiative aims to replace an outdated ID badging system with a modern solution that includes the installation of 22 HID card readers and seven updated network cameras to enhance security and access control for Department of Defense assets. The project emphasizes compatibility with the DoD Common Access Card, independent operation from external networks, and centralized management capabilities, while also ensuring user privacy and providing technical support and training. Interested small businesses must submit their capabilities packages by April 9, 2025, to Jon Soucy at jon.soucy@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil, as part of a total small business set-aside program under NAICS Code 334290.
Directed Infrared Countermeasure System for Large Aircraft
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking market research responses from businesses capable of providing a directed infrared countermeasures system for large aircraft. The system is intended to detect, deny, and defeat various aerial threats, including man-portable air defense systems and surface-to-air missiles, while ensuring compliance with open architecture standards for future adaptability. This initiative is crucial for enhancing the defense capabilities of U.S. military aircraft, with a requirement for readiness by May 2028. Interested firms must submit their capabilities statements unclassified via the DoD SAFE system by 5:00 PM EST on May 15, 2025, and can direct inquiries to Victoria Russell at victoria.russell.1@us.af.mil.
Portable Under Vehicle Inspection System (UVIS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, installation, and maintenance of three Portable Under Vehicle Inspection Systems (UVIS) to enhance security at Shaw Air Force Base in South Carolina. The systems will be utilized for detecting foreign objects and identifying vehicles through License Plate Recognition (LPR), and the contract includes delivery, installation, technical training, and five years of preventative maintenance. This initiative underscores the importance of advanced security measures at military installations, reflecting the government's commitment to safety and effective security protocols. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), should contact Mar Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Adam P. Nicholas at adam.nicholas@us.af.mil for further details, with the contract valued at approximately $25 million and proposals due as specified in the solicitation documents.
WS3 Alarm Communications & Displays (AC&D) Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for upgrading the Weapon Storage and Security System (WS3) Alarm Communications & Displays (AC&D) system at Holloman AFB, New Mexico. The primary objective is to migrate all associated Windows 10 components to Windows 11 and enhance the system by integrating additional camera feeds from the Prometheus Security Group Global (PSG) Video Image Control and Display system (VICADS). This upgrade is critical for the sustainment of the WS3 system, which relies heavily on PSG's proprietary technology and data, making it a sole-source procurement under 10 U.S.C. 3204(a)(1). Interested parties must submit their Statements of Capability by April 28, 2025, with a contract value anticipated to be less than $10 million. For inquiries, contact Chad Miller at chad.miller.31@us.af.mil or Alexandria Zelle at alexandria.zelle@us.af.mil.
JB MDL 2025 Open House Air Show - Weapon Detection System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of a portable, wire-free weapon detection system for the JB MDL 2025 Open House Air Show, scheduled from May 16 to May 18, 2025. The contract requires the delivery of 21 systems capable of screening up to 40,000 individuals per hour while minimizing disruption to pedestrian flow, with specific capabilities to identify high-caliber firearms and maintain low false alarm rates. This procurement is critical for ensuring the safety and security of attendees at the air show, reflecting the government's commitment to effective security measures during large public events. Interested contractors, particularly those classified as small businesses, must submit their proposals via email and ensure compliance with the outlined specifications, with the primary contact being TSgt Nicholas Brown at nicholas.brown.72@us.af.mil or 609-754-4726.
Wrong Way Detection
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a "Wrong Way Detection" system to enhance security at Keesler Air Force Base in Mississippi. This procurement aims to implement advanced detection capabilities at Installation Entry Control Points (IECP) to address increased incidents of vehicles entering outbound lanes incorrectly, thereby improving safety measures through the installation of visual and audio warning devices. The project emphasizes the use of radar or in-ground loop detectors, with specific requirements for system functionality, durability, and adaptability to future infrastructure changes. Interested small businesses, particularly those classified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), must submit proposals by March 6, 2025, and are encouraged to attend a site visit scheduled for March 14, 2025, at 9:30 AM CST. For further inquiries, contact SSgt Taylor Williams at taylor.williams.26@us.af.mil or 228-377-1814.
Sources Sought - Non-Kinetic Handheld Drone Defeat System
Buyer not available
The Department of Defense, specifically the United States Air Force at Wright-Patterson AFB, is conducting market research to identify potential sources for a Non-Kinetic Handheld Drone Defeat System intended for use by the Security Forces Squadron. This procurement aims to enhance base security against threats posed by small unmanned aerial systems, with specific requirements detailed in the attached Statement of Work, including the need for a low-power transmitter capable of jamming common GPS frequencies. Interested firms are encouraged to submit a capabilities package demonstrating their qualifications and socio-economic status by 1:00 PM ET on April 9, 2025, to the designated contacts, Matthew Shofner and Ljuan Benbow, via the specified email addresses. All responses will be considered for future acquisition strategies, including the potential for small business set-asides.
Sources Sought for Walk Through Metal Dectection Systems with Accessories
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking potential sources for the procurement of Walk-Through Metal Detection Systems (WTMD) along with necessary accessories. The primary objective of this procurement is to enhance security at Entry Control Points (ECPs) by providing systems capable of detecting concealed weapons, including handguns and knives, while maintaining a high screening rate of 1,000 individuals per hour and strict false positive rates. These systems are critical for safeguarding personnel and high-value assets against potential terrorist threats, ensuring operational effectiveness in various environmental conditions. Interested businesses are invited to submit a capabilities statement by April 17, 2025, to Meghan Griffiths or Jessica Quell via the provided contact details, with no obligation or cost to the U.S. Government.
RFI - Integrated Broadcast System - Encryption/Decryption
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research for a new hardware/firmware-based encryption/decryption system through a Request for Information (RFI) issued by the Integrated Broadcast Service (IBS) System Program Office. The objective is to gather input on systems that can replace the existing KIV 7M device, with specific requirements including support for up to 16 channels, compliance with NSA Type-1 certification for SECRET level data, and adherence to military standards. This procurement is crucial for enhancing secure communications within military operations, and interested parties are encouraged to submit their responses electronically by April 30, 2025, detailing their capabilities and relevant experience. For further inquiries, Cedric Reese and Brandi Jacobs can be contacted via email at cedric.reese@us.af.mil and Brandi.Jacobs.2@us.af.mil, respectively.
Sources Sought - Security Monitoring Services (Fairchild AFB)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide security monitoring services at Fairchild Air Force Base in Washington. The procurement aims to establish a reliable alarm monitoring system that includes continuous 24/7 surveillance, timely notifications of alarm conditions, and adherence to established security protocols, as outlined in the draft Statement of Work. This initiative is critical for maintaining robust security measures at military facilities, ensuring the safety and security of personnel and assets. Interested parties must respond to the sources sought notice with relevant information, including business details and qualifications, by contacting Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil, with a submission limit of five pages.