TECH SUPPORT SERVICES
ID: N0040624Q0978Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

EQUIPMENT AND MATERIALS TESTING- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H263)

Set Aside

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for technical support services related to Honeywell Vindicator V3 intrusion detection systems at the Strategic Weapons Facility Pacific (SWFPAC) in Silverdale, Washington. The procurement aims to establish a firm-fixed-price service contract that includes maintenance services, technical support, engineering services, and program management, with a focus on providing 24/7 technical assistance and managing incidents related to the systems. This opportunity is set aside for small businesses, highlighting the government's commitment to fostering participation from smaller contractors in the defense sector. Interested parties must submit their proposals by 12:00 AM on September 9, 2024, and are encouraged to contact Tia L. Ozols at tia.l.ozols.civ@us.navy.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation N0040624Q0978 from NAVSUP Fleet Logistics Center Puget Sound seeks proposals for life-cycle support of Honeywell Vindicator V3 intrusion detection systems at the Strategic Weapons Facility Pacific (SWFPAC) in Silverdale, WA. The contract is anticipated to be a firm, fixed-price service type, emphasizing the procurement of maintenance services, including technical support, engineering services, and program management. The timeline for submissions ends at 12:00 AM on September 9, 2024. Contractors must ensure access to Navy installations through the Defense Biometric Identification System (DBIDS) and adhere to environmental and security regulations. The contractor will provide 24/7 technical support, including management of up to 15 incidents per year and on-site support for hardware and software upgrades. This solicitation is identified as being set aside for small businesses, demonstrating the government's commitment to providing opportunities for smaller contractors in the defense sector. The document outlines various requirements, terms, clauses, and related documentation necessary for interested bidders, indicating a robust framework for compliance and performance standards.
    Lifecycle
    Title
    Type
    TECH SUPPORT SERVICES
    Currently viewing
    Presolicitation
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intrusion Panel Upgrade Station Seattle
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install an Intrusion Detection System (IDS) at the USCG Station in Seattle, Washington. The project involves supplying and installing a DMP-XR150DNL-G panel, a distress button, an alarm keypad, a Level 2 HSS Balanced Door Contact, and a 360-degree motion sensor, with existing conduit to be reused. This initiative is part of a strategic effort to enhance security measures within Coast Guard facilities, and the contract will be awarded based on the lowest price technically acceptable. Interested small businesses must submit their quotes by September 1, 2024, to Elizabeth Meister at elizabeth.a.meister@uscg.mil, with the performance period scheduled from October 20, 2024, to November 10, 2024.
    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.
    5805 PACSTAR PHONE SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of PACSTAR phone systems to support operations at SRF Sasebo, Japan. This procurement involves a firm, fixed-price supply contract for specific PACSTAR products, including phone systems and servers, and is open to authorized distributors only, following compliance with various Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The solicitation has undergone amendments, extending the proposal submission deadline to September 17, 2024, at 11:59 AM PST, and removing the previous 100% Small Business Requirement, now allowing unrestricted participation. Interested contractors must acknowledge the amendments and ensure they are registered in the System for Award Management (SAM) to be eligible for the award. For further inquiries, contact Lorraine Small at LORRAINE.M.SMALL.CIV@US.NAVY.MIL.
    Warehouse Storage System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement and installation of a warehouse storage system at Fairchild Air Force Base, Washington. The project involves the installation of a pallet rack storage system, including heavy-duty racking, a carton flow system, and a PPE issue counter, all of which must comply with specific structural and seismic safety standards. This initiative is crucial for enhancing operational readiness and storage capabilities at the base, with a total annual revenue limit of $30 million under the NAICS code 493110. Interested vendors must submit their quotes electronically by 2:00 PM Pacific Time on September 17, 2024, following a site visit scheduled for September 10, 2024. For further inquiries, contact Matthew R. Richard at matthew.richard@us.af.mil or 509-247-7223.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 1
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking proposals for the installation of a Vindicator Badge Manager System to enhance access control capabilities. The project requires the provision of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which must be compatible with the existing Honeywell Vindicator system, to manage Discrete Control Authorizations (DCAs) for Restricted Area Badges (RAB). This initiative is critical for maintaining security protocols and compliance with military directives, ensuring that only authorized personnel can manage access to sensitive areas. Quotes are due by September 25, 2024, at 10 AM MT, and interested vendors should contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil for further details.
    Detachment Mission Package Support Facility, Port Hueneme, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command, is seeking proposals from qualified service-disabled veteran-owned small businesses (SDVOSB) for logistics support services at the Detachment Mission Package Support Facility located in Port Hueneme, California. The procurement involves a Firm-Fixed-Price contract to provide essential logistics support, including material receipt, verification, inventory management, and maintenance of warehouse operations, adhering to Navy supply procedures and safety regulations. This initiative is crucial for ensuring efficient logistics operations within the military context, with a contract duration from September 2024 to September 2029, including options for renewal. Interested parties must submit their proposals by 12:00 PM on September 17, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    F5 Software License
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is seeking to procure a range of F5 software licenses and associated services. The procurement includes specific F5 products, such as BIG-IP Service licenses and RMA services, which are critical for maintaining the functionality of the Application Delivery Gateway (ADG) and supporting essential Authentication, Authorization, and Accounting (AAA) processes. This sole source procurement is justified due to the unique capabilities of F5 products, which are already integrated into the existing infrastructure, making it impractical to switch to alternative vendors without significant operational disruptions. Interested parties can contact Brook Smith at brook.m.smith.civ@us.navy.mil for further details regarding this opportunity.
    PROBE PUSHER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting offers for the procurement of a high-speed 3D probe pusher and associated ZETEC equipment, intended for use at the Puget Sound Naval Shipyard in Bremerton, Washington. This solicitation is a Total Small Business Set-Aside and aims to establish a firm fixed-price supply contract for delivery of the specified items, which include a slip ring assembly and an eddy current test instrument, all manufactured in accordance with specified material standards. The procurement emphasizes the importance of cybersecurity and operational security, requiring contractors to comply with DFARS clauses and obtain necessary security credentials. Interested parties must submit their offers, including pricing and required documentation, to Naomi Larson at naomi.larson@dla.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM.gov).
    MULTI-LOCATION VINDICATOR SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install various Vindicator Security Systems at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves multiple Contract Line Item Numbers (CLINs) for the installation and upgrade of security systems, including an Access Control System and Intrusion Detection Systems, all of which must be compatible with Honeywell Vindicator Badge Manager 3 and Windows 10. This initiative is crucial for enhancing security measures at the base, ensuring compliance with military standards and regulations. Interested contractors should contact Della Fales at della.fales.1@us.af.mil or 520-288-1922, and are encouraged to attend a site visit on September 13, 2024, with quotes due shortly thereafter.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Fire System Inspection, Testing, Repair/Maintenance, and Recordkeeping services at the Jonathan M. Wainwright Memorial VAMC in Walla Walla, Washington. The procurement aims to ensure the safety and compliance of fire control systems within the facility, which is critical for the protection of both patients and staff. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract expected to be awarded as a Firm Fixed Price agreement for one year, with four optional extensions. Interested parties should contact Craig Brown at craig.brown7@va.gov, with the solicitation anticipated to be published on or around September 10, 2024, and responses due by September 20, 2024.