License Plate Maintenance Contract MCAS Beaufort
ID: M6700125Q1009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

TECHNICAL REPRESENTATIVE- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (L063)
Timeline
    Description

    The Department of Defense, through the Commanding General of the Department of the Navy, is soliciting proposals for a License Plate Maintenance Contract at Marine Corps Air Station Beaufort, South Carolina. This contract, identified by solicitation number M6700125Q1009, encompasses the maintenance and repair of an Automatic License Plate Recognition (ALPR) system, including six cameras and five modems, ensuring their operational efficiency for vehicle entry processing. The selected contractor will be responsible for remote monitoring, prompt maintenance, and adherence to security protocols, with a focus on minimizing downtime and ensuring compliance with local databases. Interested contractors should contact Patrick Kelley at patrick.kelley.civ@usmc.mil or Tammie Cassell at tammila.cassell@usmc.mil for further details, and must ensure all personnel have base access as part of the contract requirements.

    Files
    Title
    Posted
    The United States Marine Corps is approving a sole-source contract for Automatic License Plate Recognition (ALPR) system services, supporting the Marine Corps Air Station Beaufort's law enforcement operations. The contract, awarded to NDI Technologies Inc., involves maintaining connectivity between ALPR equipment and the South Carolina Law Enforcement Division's Vehicle Intelligence Server, which provides real-time alerts on various criminal and public safety matters. The estimated cost is $12,000 annually, totaling $60,000 over five years. The justification for sole sourcing is based on legal authority and the lack of other vendors capable of accessing the required databases. The contracting office conducted market research but found no alternative suppliers with the necessary access or ability. The document emphasizes that if another vendor becomes available in the future, the feasibility of competition will be reassessed, although no plans for future competitive contracts are currently in place. The contracting officer has confirmed the anticipated costs as fair and reasonable, reflecting a structured approach to securing essential services for law enforcement.
    The Marine Corps Air Station Beaufort's Provost Marshal's Office is seeking proposals for Camera Repair Service and Maintenance under solicitation number M6700125Q1009. This contract, designated for a base year and two one-year options, includes maintenance for Automatic License Plate Recognition (ALPR) system software and hardware vital for processing vehicle entries. Key services involve the upkeep of six cameras and five modems, ensuring their seamless operation to check vehicles for license compliance with local databases. Contractors will be tasked with remote monitoring for system abnormalities, providing prompt maintenance, and guaranteeing operational efficiency without significant downtime. The equipment utilized is detailed with serial numbers for accountability. Specific deliverables and compliance requirements are outlined, emphasizing the importance of timely service. The contractor must submit invoices according to Defense Federal Acquisition Regulation Supplement guidelines and ensure all personnel have base access, highlighting the security protocols of the air station. This RFP illustrates the federal government’s commitment to leveraging technology and prioritizing efficient security measures while engaging small business concerns, particularly those owned by veterans and women.
    Lifecycle
    Similar Opportunities
    Equipment Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide equipment maintenance and repair services at Marine Corps Base Camp Pendleton, California, and other locations. The services required include equipment checks, cleaning, refueling, and minor repairs on mobile equipment across six sites, with the contract structured as a Firm-Fixed-Price agreement starting on April 1, 2025, and extending through a base year with four one-year options. This procurement is designated as a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, emphasizing the importance of supporting veteran-owned enterprises in the defense sector. Interested contractors must register with the System for Award Management (SAM) and monitor SAM.gov for the official solicitation, expected to be posted around February 25, 2025; inquiries can be directed to David Lange at david.lange@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for multiple services at Marine Corps Base Camp Lejeune, North Carolina. This procurement encompasses a range of facilities support services, including maintenance and management tasks, structured under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract format, with a base period of one year and four optional years. The initiative is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in fulfilling its operational requirements. Interested contractors must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, and are encouraged to participate in a site visit scheduled for February 13, 2025, to better understand the scope of work involved.
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The procurement involves both preventive and corrective maintenance services for various types of MHE, including forklifts and front-end loaders, to ensure operational efficiency and compliance with safety regulations. This contract is critical for maintaining the readiness of military operations, with a total duration of three years, consisting of a 12-month base period and two optional 12-month extensions. Interested parties must submit their quotes by 3:00 PM EST on March 4, 2025, to Brandon Awkerman at brandon.awkerman@dla.mil, and are encouraged to review the attached Performance Work Statement and Price Schedule for detailed requirements.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.
    Maintenance & Repair of Screw Pumps
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking small business contractors for the maintenance and repair of industrial screw pumps at the Marine Corps Base Camp Lejeune Wastewater Treatment Facility. The procurement aims to identify qualified vendors capable of performing preventive maintenance, with a focus on facilitating a potential small business set-aside for eligible classifications such as 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Economically Disadvantaged businesses. This opportunity is crucial for ensuring the operational efficiency of sewage treatment facilities, which play a vital role in environmental management and public health. Interested parties must submit a one-page capability statement by March 3, 2025, and direct their responses to the designated government email, as phone inquiries are not permitted. For further information, contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    MRSG Motor Pool Fence RR465
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of a new motor pool fence at Camp Lejeune, North Carolina, under the project title "MRSG Motor Pool Fence RR465." The project entails the installation of approximately 400 linear feet of galvanized steel chain link fence, complete with "Y" outriggers and barbed wire, to enhance security and comply with established safety regulations, as the current fence's proximity to the parking lot poses security risks. This initiative is critical for maintaining operational integrity and compliance with military security standards, with an estimated funding requirement of $0.10 million. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Emily Walton at emily.a.walton6.civ@us.navy.mil or by phone at 757-994-5759.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    Repair Hazmat Building Foundation BT11 B9064
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the Hazmat Building Foundation (BT11) at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as Project No. 7364559, involves concrete crack repairs in support beams and related work, with a focus on minimizing disruption to ongoing building operations. The estimated cost for the project ranges between $25,000 and $100,000, and the completion deadline is set for 120 days post-award. Proposals are restricted to pre-approved Civil Paving MACC contractors, with submissions due by February 19, 2025. Interested contractors can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.
    USCG AIRFAC FIRE SYSTEM REPAIR
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the repair of the fire protection system at the Air Facility in Charleston, South Carolina, under Solicitation 70Z036-25-Q-0028. The project requires contractors to address deficiencies identified during a fire inspection, including maintenance of fire extinguishers, replacement of emergency exit light bulbs, and troubleshooting of the fire alarm system, ensuring compliance with local fire codes and National Fire Protection Association standards. This procurement is critical for maintaining safety and regulatory compliance at government facilities, with a total small business set-aside under NAICS code 561621. Proposals are due by February 13, 2025, and interested vendors should contact Adam Hitchcox at Adam.S.Hitchcox@uscg.mil or Stephen G. LaBarre at STEPHEN.G.LABARRE@USCG.MIL for further details.