DES Electronic Security Systems/ICIDS Maintenance
ID: W91QF025QA004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-CARLISLE BARRACKSCARLISLE BARRACKS, PA, 17013-5072, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and emergency repair services for Electronic Security Systems (ESS) at Carlisle Barracks, Pennsylvania. The procurement includes semi-annual preventive maintenance, corrective repairs, and emergency response services for Intrusion Detection Systems (IDS) and related components, ensuring compliance with manufacturer guidelines and effective system operation. This contract is crucial for maintaining secure facilities and upholding stringent security protocols. Interested small businesses must submit their quotes by March 17, 2025, and are encouraged to attend a site visit on March 6, 2025. For further inquiries, contact Christine Cairo at christine.a.cairo.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an addendum to federal solicitation procedures for quoting various commercial items, specifically directed at contractors interested in submitting proposals to the Army. It outlines comprehensive instructions for quote submission, which must be emailed to designated contracting officials, emphasizing strict adherence to specified formats and deadlines. The submission structure includes three volumes: General Information, Technical Proposal and Past Performance, and Pricing, with distinct requirements for each section. Evaluation criteria for the award decision will prioritize Technical and Past Performance factors, with significant emphasis placed on the overall quality and completeness of the proposal. The document stipulates that offers will be assessed based on trade-off analysis, factoring in both cost and quality, allowing the government to select the most advantageous proposal. Additionally, it delineates expectations for qualifications and experience relevant to electronic security and audio-visual systems, outlining performance assessment ratings based on recency, relevance, and quality of past accomplishments. In summary, the purpose of this solicitation is to facilitate the acquisition of reliable contractors capable of executing specific security and audiovisual tasks while adhering to government procurement standards and regulations.
    This document outlines a series of Request for Proposals (RFPs) related to delivering instructional courses and maintenance services for the US Army's educational and logistical needs. It specifies items by Clinical Item Number (CLIN) across various operational years, detailing courses such as the "DDE 1st Year Instructor" and maintenance categories like "Preventative Maintenance" and "Corrective Maintenance." Each CLIN includes quantities and associated costs. The total projected cost for the educational courses across different fiscal years amounts to approximately $1,082,000. Additionally, each option year for maintenance services is consistently priced at $20,000, emphasizing routine operational support. The document serves as a comprehensive procurement tool aimed at securing instructional and maintenance services while ensuring compliance and efficiency in federal operations, illustrating the government's commitment to educational excellence and infrastructure upkeep within the military framework. It showcases funding allocation across multiple years and highlights mandatory items, stressing the necessity of these services for optimal military readiness.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for semi-annual preventive, corrective, and emergency maintenance on electronic security systems at Carlisle Barracks, Pennsylvania. The contractor is tasked with providing all necessary personnel, equipment, and resources to ensure the reliability of Intrusion Detection and Electronic Security Systems, coordinating closely with government representatives. Emphasizing the need for prompt and efficient service, the contractor must respond to maintenance requests within specified timelines, with emergency repairs requiring a response within 2 to 4 hours. Key objectives include conducting preventive maintenance to uphold system functionality, performing corrective actions as needed, and addressing emergency failures swiftly. The contract specifies quality control measures, reporting requirements, and compliance with safety and security regulations, including maintaining security clearances for personnel. Furthermore, the contractor is expected to provide updates on maintenance activities and ensure that all tasks align with the installation’s operational demands. This detailed framework is essential for maintaining secure environments within military facilities, reflecting the government's commitment to safety and operational integrity.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide maintenance and emergency repairs for Electronic Security Systems (ESS) at Carlisle Barracks, Pennsylvania. The contractor will deliver semi-annual preventive maintenance, corrective repairs, and emergency response services for various systems, including Intrusion Detection Systems (IDS) and associated components. Key objectives include ensuring systems operate effectively, adhering to manufacturer guidelines, and conducting timely maintenance. Key elements include a Quality Control Plan (QCP) for compliance evaluation, structured scheduling of services, and clear communications for service requests. The contractor must coordinate work with government representatives, ensuring minimal disruption during operations while adhering to stringent security protocols. Detailed reporting requirements include delivering maintenance test reports, malfunction incident documentation, and system change notifications. Overall, the document emphasizes the government's commitment to maintaining secure facilities through consistent and compliant electronic security system performance while holding the contractor accountable for service quality and timely responses.
    This document outlines the site visit instructions for the MICC-Carlisle Barracks regarding the Department of Emergency Services - Electronic Security System. Attendees, limited to two representatives per company, must pre-register to gain admittance to the secured building. A registration form is required and must be submitted to the Contracting Office, not the Visitor Center. Visitors without a Federal government-issued ID must request a pass, which involves completing a specific form for a criminal history check. This form must be submitted directly to the Visitor Center in advance or early on the day of the visit. Guidelines for bringing electronic devices are also provided, as they must be secured upon entry. The document underscores the importance of compliance with security measures and the procedures for accessing the facility, indicative of the stringent protocols often associated with government RFPs and site visits in federal contexts.
    The document outlines a Request for Quotation (RFQ) for an Electronic Security System at Carlisle Barracks, PA, under solicitation number W91QF024QA004. Classified as a Total Small Business Set Aside, it seeks quotes for various maintenance services concerning Intrusion Detection Systems (IDS) and associated equipment, as detailed in the Performance Work Statement (PWS). Key requirements include preventative, corrective, and emergency maintenance sessions over specified periods from April 2025 to April 2028. Quotes must be submitted by March 17, 2025, via email to designated contacts, and prospective vendors must be registered in the System for Award Management (SAM). Additionally, all submissions must include requisite representations and certifications, and incomplete submissions may be rejected. A site visit is scheduled for March 6, 2025. This solicitation embodies the federal procurement process, aiming to efficiently solicit services while ensuring compliance with federal guidelines for small businesses and security maintenance requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fort Meade, MD INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Maintenance Contract at Fort Meade, Maryland. This contract encompasses maintenance and cybersecurity services for Intrusion Detection and Automated Entry Control Systems, requiring contractors to perform inspections, routine testing, emergency repairs, and software updates over a 12-month period, with options for renewal. The initiative underscores the importance of maintaining robust security systems and engaging small businesses, particularly those that are service-disabled veteran-owned or women-owned, in fulfilling these critical services. Interested parties must submit their proposals by 12:00 PM on March 4, 2025, and can direct inquiries to Heidi Boyer at heidi.k.boyer.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    Fort Riley Intrusion Detection System (IDS) Maintenance and Monitoring
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Riley, Kansas, is seeking qualified vendors to provide maintenance and monitoring services for its Intrusion Detection Systems (IDS). The contractor will be responsible for managing and maintaining up to 385 zones, which include critical facilities such as headquarters buildings, ammunition bunkers, and Sensitive Compartmental Information Facilities (SCIF). This procurement is vital for ensuring the operational integrity and security of the Army's facilities, utilizing a proprietary system that requires certified personnel for installation and maintenance. Interested small businesses must submit tailored capability statements by the specified deadline to the Contract Specialist, Vernard Ross, at vernard.d.ross.civ@army.mil, with the anticipated contract type being Firm Fixed Price for a five-year period starting December 1, 2025.
    Enterprise Security Services (ESS)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is conducting market research to identify potential sources for Enterprise Security Services (ESS) to support the High Frequency Global Communication System (HFGCS). The contractor will be responsible for implementing security measures, including Intrusion Detection and Analysis, Vulnerability Scanning, and Security Technical Implementation Guide (STIG) services, while ensuring compliance with Department of Defense assessment and authorization policies. This procurement is critical for maintaining the security and integrity of military communications, with a contract anticipated to span five years, including one base year and four option years. Interested vendors must respond by March 3, 2025, and can direct inquiries to Jocelyn Johnson at jocelyn.johnson.2@us.af.mil or Juan C. Escobar at juan.escobar@us.af.mil.
    MISSILE MUNITIONS DISTRIBUTION FACILITY AND RAIL CLASSIFICATION YARD AT LETTERKENNY ARMY DEPOT in CHAMBERSBURG, PENNSYLVANIA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking vendors for a construction project at the Letterkenny Army Depot in Chambersburg, Pennsylvania, specifically focused on the Missile Munitions Distribution Facility and Rail Classification Yard. The project requires the procurement of proprietary Brand Name items, including a SIGCOM DTX Fire Alarm Radio Transmitter and a Federal Signal Mass Notification Receiver, to ensure compatibility with existing systems and compliance with safety codes. This initiative is critical for enhancing safety measures during emergencies at the facility, and the government may proceed with a sole-source contract if no equivalent alternatives are identified by the market research deadline of February 27, 2025. Interested vendors should contact Lauren Elamenuel at lauren.n.elamenuel@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    Maintenance and Repair of Fire Alarm Systems - USAG Ansbach
    Buyer not available
    The Department of Defense is soliciting proposals for the maintenance and repair of fire alarm systems at the U.S. Army Garrison Ansbach in Germany. The contract encompasses preventive maintenance, emergency repairs, routine repairs, and the supply of replacement parts, ensuring compliance with federal and local safety standards. This procurement is critical for maintaining operational safety and regulatory compliance within military facilities, reflecting the government's commitment to high safety standards. Proposals are due by 10:00 AM on February 21, 2025, and interested parties should contact Evelyn Butter at evelyn.butter.ln@army.mil for further information.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    Bldg 300 Security Monitoring and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security monitoring and maintenance services for Building 300 at Langley Air Force Base in Hampton, Virginia. The procurement requires vendors to deliver 24/7 security services, including monitoring of an Intruder Detection System (IDS) and access control systems (ACS), while ensuring compliance with government regulations and maintaining UL2050 certified doors. This contract is critical for maintaining the security and safety of government operations, with a contract duration of one base year and four optional extension years. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and can direct inquiries to Emoni Bright at emoni.bright@us.af.mil or 757-764-4766.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking competitive bids for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of the existing IDS and the installation of a new system that will integrate with the General Services Administration (GSA) access control systems, enhancing security protocols within federal facilities. This procurement is critical for modernizing physical security infrastructure to protect personnel and assets, with proposals due by February 21, 2025, following a site visit on February 4, 2025. Interested contractors should direct inquiries to James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    Intrusion Detection System (IDS) - Install
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to issue a sole source purchase order for the installation of an Intrusion Detection System (IDS) at a secured area entryway in Martinsburg, West Virginia. The procurement is intended to enhance security measures and is authorized under FAR 13.106-1(b), following Simplified Acquisition Procedures as outlined in FAR Part 13. The government intends to proceed with the order to Advantor Systems Corporation unless compelling evidence for competitive sourcing is provided by interested parties. For inquiries, interested vendors can contact SMSgt Christopher Broschart at christopher.broschart@us.af.mil or 304-616-5231, or Ryan E. Belfield at ryan.belfield@us.af.mil or 304-616-5412.