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
    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 a Multi-Location Vindicator System at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves upgrading various security systems across three locations, ensuring compatibility with Honeywell Vindicator Badge Manager 3 and Windows 10, with specific requirements outlined in three Contract Line Item Numbers (CLINs) for different systems. This initiative is crucial for enhancing security measures at military installations, reflecting the government's commitment to maintaining operational readiness and safety. Interested contractors must submit their quotes by September 20, 2024, by 6 PM Eastern Time, and can direct inquiries to primary contact Della Fales at della.fales.1@us.af.mil or secondary contact C. Jacob Brantingham at carl.brantingham@us.af.mil.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.
    Light Vertical Bulkhead & Support Plate
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking qualified small businesses to provide Light Vertical Bulkheads and Support Plates under solicitation N0025324R0004. The procurement involves manufacturing and delivering non-commercial items in accordance with specific NAVSEA drawings, with a total potential quantity of up to 1,000 units, including First Article Testing and production. These components are critical for the MK 48 Heavyweight Fuel Tank Assembly, emphasizing the Navy's commitment to high standards in defense procurements. Interested vendors must comply with registration requirements and are encouraged to contact Rebecca Jett at rebecca.a.jett.civ@us.navy.mil for further details, with the solicitation expected to be available around September 23, 2024, and closing 30 days thereafter.
    Weapons Generation Facility - Rapiscan ORION 920DX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of two RAPISCAN ORION 920DX X-ray Inspection Systems for the Weapons Generation Facility at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for furnishing, delivering, installing, and training Security Forces personnel on the operation and maintenance of the systems, which are critical for enhancing security at the facility's Entry Control Point. This procurement is a Total Small Business Set-Aside and is justified as a brand name only requirement due to specific security protocols that necessitate TSA-approved systems. Interested vendors must submit their quotes by September 23, 2024, at 11:00 AM MT, and can contact Kamary Williams at kamary.williams@us.af.mil or Lou Bustillo at marialourdes.bustillo@us.af.mil for further information.
    J--Security System Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    YORKIE PRO CELL PHONE DETECTORS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting offers for the procurement of four Yorkie Pro handheld wireless intrusion detection systems. These systems are intended for delivery to the USS George Washington CVN-73 at Naval Air Station North Island in San Diego, California, by October 21, 2024, and must be manufactured in the USA, featuring specific technical capabilities such as frequency monitoring and wireless detection. This procurement is crucial for enhancing security measures at military installations, ensuring compliance with federal regulations and cybersecurity standards. Interested vendors must acknowledge the amendment extending the bid due date to September 24, 2024, at 10:00 AM ET, and can contact Laura Martinez or Chelsea McNeely via email for further inquiries.
    USS KIDD Hull Preservation
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard, is seeking proposals for the USS KIDD Hull Preservation project, focusing on the procurement of paint coatings and related products. The objective is to ensure timely delivery of these materials to support the U.S. Navy fleet, specifically for operations in Seattle and Everett, Washington, while adhering to federal specifications and quality standards. This contract is critical for maintaining the integrity and longevity of naval vessels, reflecting the government's commitment to effective logistical support and supplier accountability. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Kacey Church at kacey.church@navy.mil or Denise Manor at denise.manor@navy.mil for further information.
    Copper Fiber Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting bids for the procurement of various cable assemblies, specifically designed for power conditioning and related functions. The requirement includes a total of 16 different cable assemblies, with quantities of two for each item, and the contractor is expected to utilize government-furnished materials for specific assemblies. This procurement is critical for national defense and falls under a Defense Priority and Allocation System (DPAS) rating, emphasizing its urgency. Interested vendors must submit their proposals by September 20, 2024, at 1:00 PM PST, and are encouraged to contact Brook Smith at brook.m.smith.civ@us.navy.mil for further inquiries.
    317 AW Vindicator Alarm System for Bldg. 6015
    Active
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to install a Vindicator Alarm System in Building 6015. The project involves the removal of the existing alarm system and the installation of a new Vindicator system, which is crucial for securing sensitive areas that contain classified documents and materials. This procurement is part of a broader effort to enhance security infrastructure within military facilities, ensuring compliance with Air Force regulations and maintaining operational integrity. Interested vendors must submit their quotes by September 25, 2024, at noon (CST), and can direct inquiries to Jerime W. Gorse at jerime.gorse@us.af.mil or Tyrie Tanaka at tyrie.tanaka@us.af.mil.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.