Notice of Intent to Sole Source Soo Area Office Security Infrastructure
ID: W911XK-25-R-0009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to sole source a contract to Siemens Industry Inc. for the expansion of security infrastructure at the Soo Area Office in Sault Ste. Marie, Michigan. The procurement aims to enhance security by adding additional cameras and CAC readers for the Sault Material Storage project, with specific requirements including various models of fixed and PTZ cameras, as well as high assurance CAC readers. This initiative is critical for ensuring the safety and security of the storage yard and parking lot areas. Interested parties capable of providing directly compatible equivalent products are encouraged to submit their qualifications and supporting documentation to the primary contacts, Joseph Russell and Stephanie M. Craig, via email by the specified deadline.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Intent to Sole Source Access Control Upgrade CAC Readers
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, intends to sole source the procurement of access control upgrade CAC readers from Siemens Industry, Inc. This procurement is necessitated by the proprietary nature of the required products and services, which include access to proprietary software and system configurations essential for ensuring compatibility with existing infrastructure. The deadline for interested parties to submit their interest and capability to respond is February 7, 2025, at 2:00 PM CST, with inquiries directed to Francesca Deboer via email at francesca.e.deboer@usace.army.mil or by phone at 504-862-1604.
    Video Surveillance & Enterprise Physical Access Control System Installation
    Buyer not available
    The Department of the Army is seeking proposals for the installation of a CAC-enabled Enterprise Physical Access Control System (ePACS) and Video Surveillance System (VSS) at Building 5483 on Fort Jackson, South Carolina. This initiative aims to address current security deficiencies by replacing outdated electronic locks and establishing advanced video monitoring capabilities, thereby enhancing physical security for personnel at the law enforcement facility. The project is critical for improving security infrastructure within the military context and includes compliance with extensive security protocols, background checks, and adherence to DoD and US Army standards. Interested contractors must submit their capabilities statements by February 6, 2024, and can direct inquiries to Roger Miller or Sean O. Higgins via their respective emails.
    SOLE SOURCE BADGE READERS INSTALLATION
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, intends to award a sole source contract to Integrated Security Technologies (IST) for the installation of an Automated Access Control System (AACS) in Building 297. The primary objective of this procurement is to enhance security by replacing the existing system while ensuring operational efficiency and maintaining system architectural consistency. IST, as the original installer and dealer of record for the SoftwareHouse CCure 9000 AACS, possesses unique knowledge and proprietary rights necessary for the maintenance and repair of the system, which is critical for the Shipyard's security posture. Interested parties may submit capability statements to Chantay Johnson at chantay.c.johnson.civ@us.navy.mil, although the government will not pay for any information received, and no competitive proposals will be accepted.
    MCL Yard Expansion
    Buyer not available
    The Department of Defense, through the US Army Engineer District Walla Walla, is seeking small business sources for the MCL Yard Expansion project, aimed at enhancing the Mill Creek Maintenance Yard in Washington. The project involves expanding the yard's footprint, improving security through the installation of cameras and lighting, and constructing new fencing and an electric sliding gate. This initiative is crucial for increasing operational functionality and safety at the facility, with an estimated contract value between $100,000 and $250,000. Interested parties should submit their qualifications, including past project references and business size details, by the specified deadlines, with the contract award anticipated in May 2025 and construction expected to commence in June 2025. For further inquiries, contact Richard W. Bonnell at richard.w.bonnell@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
    Siemens Single-Phase Voltage Regulators
    Buyer not available
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is seeking to procure nine Siemens JFR single-phase voltage regulators for Marine Corps Base Camp Lejeune, North Carolina. This procurement is a total small business set-aside and will be conducted as a firm fixed price contract, with a total estimated value of $421,480.80 for fiscal year 2025. The requirement for Siemens regulators is driven by the need for compatibility with existing power systems at the base, as these regulators cannot be interchanged with products from other manufacturers. Interested vendors must monitor the Contracting Opportunities portal for the forthcoming solicitation (M6700125Q0006), which is expected to be posted within five days, and should contact Kasey King at kasey.king@usmc.mil or 910-451-3018 for further information.
    Camera Refresh
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Camera Refresh project aimed at upgrading the existing video surveillance system at Fort George G. Meade, Maryland. The procurement involves the installation of a new wired IP Video Surveillance System (VSS) that includes 54 new cameras, with specific requirements for camera resolution, zoom capabilities, and system functionality, while ensuring minimal disruption to the current system during installation. This initiative is critical for enhancing security measures at military facilities, reflecting the government's commitment to maintaining robust surveillance capabilities. Interested small businesses must submit their quotes by February 12, 2025, following a scheduled site visit on January 8, 2025, and can direct inquiries to SrA Kristopher Kostenko at kristopher.kostenko@us.af.mil or 228-377-8596.
    Notice of Intent to Sole Source: WHS/AD Electronic Security Systems and Maintenance Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract to Advantor Systems Corporation for electronic security systems and maintenance support services. This procurement is justified under the authority of FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The services are critical for maintaining security alarm systems, which play a vital role in safeguarding government facilities. Interested parties may submit capability statements for consideration, although the government reserves the right to proceed with the sole source award without competition. For further inquiries, contact Leanne Condren at leanne.condren.civ@mail.mil, with the reference number HQ003425R0077 associated with this opportunity.
    Construction Site Security Monitoring, Camp Courtney, Okinawa, Japan
    Buyer not available
    The U.S. Army Corps of Engineers, Japan District is issuing a presolicitation notice for a contract to provide Construction Site Security Monitoring (CSSM) services for the "Conversion to Secure Space" project located in Okinawa, Japan. The objective of this procurement is to ensure compliance with Intelligence Community Directive 705 and related security protocols during the construction of a secure facility, which includes the provision of physical, personnel, technical, and procedural security measures. Interested contractors must possess a valid Top Secret Facility Clearance Level (FCL) to access the solicitation documents, which will be disseminated via DoD Secure Access File Exchange (SAFE) once available. Requests for access must be submitted by February 14, 2025, and all interested parties should be registered in the System for Award Management (SAM) database. For further inquiries, contact Michael Morris at michael.f.morris@usace.army.mil or Mary Grace Cortez at marygrace.a.cortez@usace.army.mil.
    Electronic Security System (ESS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for an Electronic Security System (ESS) to be implemented in Walla Walla, Washington. This procurement is set aside for small business concerns, with the applicable NAICS code being 561621, which pertains to Security Systems Services (except Locksmiths). The ESS is crucial for enhancing security measures and ensuring the safety of facilities, reflecting the Army's commitment to maintaining secure environments. Interested vendors should note that the solicitation documents will be available on or about January 24, 2025, via https://sam.gov, and must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, vendors can contact Ruth A. Johnson at ruth.a.johnson@usace.army.mil or call 509-527-7222.
    CCTV MAINTENANCE AND SERVICES
    Buyer not available
    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.