Dell Server and Installation (Lenel)
ID: FA448424Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a DELL Server and installation services for the 87th Medical Group at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement involves the installation of a DELL PowerEdge R450 Server and the migration of the existing Lenel system database to Lenel OnGuard 8.0, aimed at enhancing the security infrastructure necessary for medical services provided to military personnel. This initiative is critical for ensuring seamless access to over 700 doors across three buildings, thereby supporting timely medical services for active, reserve, and retired military members. Interested contractors must acknowledge all solicitations and amendments, with a submission deadline set for 1300 on September 24, 2024. For further inquiries, potential offerors can contact Shawna Dancel at shawna.dancel@us.af.mil or Sarah Brown at sarah.brown.53@us.af.mil. Note that funding is not currently available, and no awards will be made until funds are secured.

    Point(s) of Contact
    Files
    Title
    Posted
    The pamphlet from the Joint Base McGuire-Dix-Lakehurst's Antiterrorism Office serves to educate contractors about their critical role in enhancing security and combating terrorism on the base. It urges vigilance, encouraging contractors to be aware of their surroundings and report any suspicious activities or behaviors, such as unusual surveillance, vehicles, or individuals. The document elaborates on various categories of suspicious activities that should be reported, emphasizing the importance of clear communication to security forces. The material outlines the definitions of terrorism and its implications, stressing that individuals can become victims due to circumstances or the environment. It also describes the Force Protection Conditions (FPCON) system, which categorizes the base's security measures in response to varying levels of terrorist threats, ranging from routine security measures in FPCON Normal to extreme precautions in FPCON Delta, which follows an actual terrorist incident. Overall, the guide highlights the importance of collaboration between contractors and security personnel to foster a safe working environment, reflecting the federal commitment to national security in various operational settings.
    The "Antiterrorism Guide for Contractors" issued by the 87th Air Base Wing emphasizes the critical role contractors play in maintaining security against terrorism at Joint Base McGuire-Dix-Lakehurst (JB MDL). It outlines contractors' responsibilities to protect personnel and resources in compliance with Department of Defense standards. Key recommendations include conducting personnel training in antiterrorism, reporting suspicious activities through various contact channels, and maintaining vigilant security protocols while on duty. The guide details various suspicious behaviors that should be reported, such as surveillance, security tests, and suspicious financial activities. It reinforces the importance of a proactive reporting culture through the “See Something-Say Something" initiative, advising individuals against confronting potential threats directly. The importance of providing clear and detailed reports of suspicious activity is stressed alongside emergency contact information for effective communication. Overall, the document serves as a resource for contractors to align with DoD antiterrorism objectives, ensuring a safer operational environment. This alignment is crucial in the context of federal contracts, reinforcing security measures essential for government operations while underlining the contract's obligations for maintaining safety and preventing terrorism-related incidents.
    The document outlines the protocol for urgent healthcare provision to contractor employees at the 87th Medical Treatment Facility (MTF) on Joint Base McGuire-Dix-Lakehurst (JBMDL). It specifies that while the MTF can offer immediate medical assistance for critical injuries incurred during work, the financial responsibility for such healthcare falls entirely on the contractors or their employees, excluding the U.S. Air Force and government liability. Contractor personnel will be stabilized at the MTF before being transferred to civilian facilities. Billing for medical services will be documented using Air Force FORM 552, and if contractors cannot pay at the time of service, they will receive a statement of charges and a debt notification for later payment. Additionally, contractors must notify their insurance companies timely to facilitate payments for medical treatments provided. This document serves as a clear directive for contractors regarding their responsibility for medical costs while working on JBMDL, ensuring that health services do not burden government resources.
    The Contractor Security Appendix outlines the entry control procedures for contractors at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It mandates criminal history background checks for all contractors performed at the Welcome Center, prior to access being granted. Contractors requiring extended access must undergo periodic rechecks as outlined, with strict guidelines on visitor pass issuance based on duration of stay and frequency of access. The document emphasizes the need for an Entry Authority List (EAL) detailing contractor information, which must be submitted three days before contract commencement. It also states requirements for vehicle entry, emphasizing that all must be properly documented. For contractors in restricted areas or working near the flightline, additional security protocols and certifications are required. The appendix covers various operational conditions that govern contractor access, including sponsorship and exit procedures. Overall, the document ensures a structured and secure environment at JB MDL by outlining stringent entry protocols for contractors, reflecting the military's emphasis on security compliance in conjunction with federal contracting guidelines.
    The document outlines a government solicitation for the procurement of a DELL PowerEdge R450 Server and installation services for the 87th Medical Group at Joint Base McGuire-Dix-Lakehurst, NJ. The contract, valued at $34 million, is categorized as a Women-Owned Small Business (WOSB) solicitation. The project entails the delivery and setup of various server components, including memory, hard drives, and software, within 30 days after the contract award. The vendor is responsible for providing labor for installation and migration of existing database configurations while ensuring compliance with security and safety protocols. The statement of work includes detailed specifications of equipment needed, training provisions, and maintenance responsibilities under a three-year warranty. Security measures require background checks for contractor employees and adherence to privacy regulations. Additionally, the document stipulates that inspections and acceptance occur at specified government locations, emphasizing the importance of meeting operational readiness and functionality of new installations to support the medical group effectively. Overall, this solicitation reflects the government's commitment to enhancing its technical infrastructure while promoting small business participation.
    The document is an amendment to a government solicitation (FA448424Q0042) regarding the procurement of a DELL Server and installation services to support the 87 Medical Group at Joint Base McGuire-Dix-Lakehurst, NJ. It outlines procedures for offerors to acknowledge receipt of the amendment and the implications of changes made. The amendment states that funds are not currently available, and no award will be made until funding is secured, emphasizing the government's right to cancel the solicitation without financial obligation. Key details include the requirement for technical proposals to demonstrate how contractors will meet performance specifications, including labor availability and equipment. Offerors must also provide a cost breakdown and have active registration in the System for Award Management (SAM). The deadline for offer submissions is 1300 on September 24, 2024. Critical contractual clauses concerning brand name or equal products and funding availability are addressed to guide suppliers in their proposals and ensure compliance with federal and military procurement standards.
    The 87th Medical Group at Joint Base McGuire-Dix-Lakehurst, NJ, seeks a contractor for the installation of a Lenel Door System Server, specifically a DELL PowerEdge R450 Server, under a Firm Fixed Price contract. Required services include preparation of a designated communications room, server installation, and migration of the existing database to the new software, Lenel OnGuard 8.0. The contractor will provide labor and is responsible for ensuring secure operations through background checks for employees. Key elements include obtaining appropriate security passes, performing rigorous testing to ensure system functionality, and compliance with safety standards. The project timeline stipulates completion within 30 days post-contract, operating hours are set from Monday to Friday, 0730 to 1630 EST, excluding federal holidays. Additional provisions include government support, such as necessary power modifications, secure storage, and disposal materials for contractor operations. Overall, the initiative underlines the government’s commitment to upgrading its security infrastructure while maintaining stringent operational and safety standards throughout the process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    70--SERVER,RACKMOUNT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of rack-mounted servers. The procurement aims to ensure that the servers meet operational and functional requirements as specified by designated Cage Codes, with a focus on quality assurance and compliance with military standards. These servers are critical for various defense operations, highlighting the importance of maintaining their functionality and reliability. Interested vendors must submit their quotes by May 3, 2024, and can contact Ryan Powell at 717-605-8198 or via email at RYAN.M.POWELL22.CIV@US.NAVY.MIL for further details.
    Delta 9 Great Lakes Server Racks
    Active
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron at Schriever Space Force Base, is seeking proposals for the procurement of Great Lakes Server Racks under solicitation number FA255024Q0063. The primary objective is to acquire server racks that will support Delta 9's operational needs, focusing on baseline configurations, power consumption reduction, and maximizing physical space, with a delivery timeline of 60 days post-award. These server racks are critical for enhancing the operational capabilities at Schriever SFB, ensuring compliance with the Trade Agreements Act (TAA) and other government standards. Interested small businesses must submit their quotes by September 23, 2024, and can contact John A. Hughes at john.hughes.31@us.af.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further information.
    181st IW - Servers and Drives
    Active
    Dept Of Defense
    The Department of Defense, specifically the Indiana Air National Guard's 181st Intelligence Wing, is seeking quotations for a firm-fixed-price contract to procure servers and drives essential for their operations. The procurement includes two servers with specific hardware requirements, such as Intel Xeon Gold processors and substantial storage capacity, along with software licenses for Veritas Backup Exec and MS Server 2022, adhering to brand name or equal specifications. This initiative is crucial for maintaining the digital infrastructure vital for the base's mission and emphasizes engagement with small businesses, as the solicitation is set aside for total small business participation. Interested vendors must submit their quotes by September 20, 2024, at 2:00 PM EST, and can direct inquiries to Levi Schutter at levi.schutter@us.af.mil or by phone at 812-877-5325.
    70--DATA SERVER 3U, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the DATA SERVER 3U. The procurement aims to secure a firm-fixed-price contract for the repair services, with an updated requirement quantity of 42 units, reflecting an increase from the previous 34. This equipment is critical for various IT and telecommunications functions within the Navy, ensuring operational readiness and efficiency. Interested vendors must submit their proposals by the extended deadline of December 18, 2023, and can direct inquiries to Jordan Burt at 717-605-1318 or via email at JORDAN.BURT@NAVY.MIL.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    70--STORAGE SERVER COMP, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of storage server components. The procurement involves the repair of 11 units of the specified storage server, requiring contractors to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs. These components are critical for maintaining operational readiness within the Navy's IT and telecom infrastructure. Interested contractors should contact Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN43@NAVY.MIL for further details and to submit their proposals.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails the contractor providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is vital for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil.
    INTENT TO SOLICIT ONE (1) HYPER A+ SERVER MANUFACTURED BY SUPER MICRO COMPUTER, INC.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to solicit quotes for one Hyper A+ Server manufactured by Super Micro Computer, Inc. (Part Number: AS-2025HS-TNR) as part of a sole source procurement. This acquisition aims to enhance the Army's technological capabilities by providing advanced server solutions that meet specific technical specifications, including dual AMD EPYC processors and energy efficiency standards. Interested contractors must submit their quotes by 5:00 PM EST on September 19, 2024, and direct all inquiries to the primary contact, Elizabeth Barto, at elizabeth.a.barto2.civ@army.mil or by phone at 520-692-1434.
    BDOC Monitor Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking to procure an upgrade for the Base Defense Operations Center (BDOC) monitors, with a focus on enhancing the existing closed circuit TV camera system. This procurement is a sole source acquisition, justified by the proprietary nature of the equipment provided by Advantor Systems Corporation, which is uniquely authorized to manage its technology and is essential for maintaining compatibility with the current Air Force network. The contract is set to be awarded in September 2024, with the closing response date for interested parties on September 23, 2024. For further inquiries, interested vendors can contact CMSgt Nicholas Bastiani at 518-344-2510 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.