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 for the maintenance of Electronic Security Systems at Carlisle Barracks, Pennsylvania, under a Total Small Business Set-Aside. The procurement involves a non-personal services contract that requires the contractor to perform semi-annual preventive and corrective maintenance on Intrusion Detection and Electronic Security Systems, ensuring compliance with manufacturers' specifications and rapid emergency response to equipment failures. This contract underscores the importance of maintaining robust security measures within federal facilities to ensure operational readiness and safety. Interested vendors must submit their quotes by March 17, 2025, and are encouraged to contact Christine Cairo or William Byrne for further information regarding the solicitation and site visit scheduled for March 6, 2025.

    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.
    The Office of the Under Secretary of Defense has issued a memorandum authorizing a class deviation, titled "Restoring Merit-Based Opportunity in Federal Contracts," effective immediately. This directive instructs contracting officers not to enforce Executive Order (E.O.) 11246 regarding Equal Employment Opportunity within federal contracts, thereby revoking its provisions incorporated into the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Specifically, officers must refrain from using several solicitation provisions and contract clauses related to equal opportunity and affirmative action. Instead, they are directed to apply new specified paragraphs for new solicitations and amend existing contracts accordingly. This class deviation stems from E.O. 14173, which aims to end illegal discrimination and restore merit in federal contracting, and E.O. 14168, which directs the government to avoid the term “gender” in its policies. The memorandum indicates that these changes will remain in effect until they are formally incorporated into FAR and DFARS. This action is significant as it alters long-standing requirements tied to equal opportunity, impacting how federal contracts are awarded and managed moving forward.
    The document outlines the required contract terms and conditions for federal acquisitions of commercial products and services, as per FAR clauses. It specifies that contractors must adhere to various provisions related to statutory compliance and executive orders. Key provisions include prohibitions against certain types of confidentiality agreements, contracts with specified foreign entities like Kaspersky Lab, and requirements for supporting small businesses through accelerated payments. Additional clauses address labor standards, equal opportunity, and contractor responsibilities regarding record retention and auditing. Importantly, the document emphasizes the flow-down requirements for subcontractors, ensuring that critical conditions are maintained throughout the supply chain. Overall, this information is essential for vendors responding to federal RFPs, as it outlines compliance obligations that ensure legal, ethical, and equitable contracting practices.
    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.
    The Performance Work Statement (PWS) outlines a non-personal services contract for maintenance of electronic security systems at Carlisle Barracks, Pennsylvania. The contractor is tasked with performing semi-annual preventive and corrective maintenance on Intrusion Detection and Electronic Security Systems, ensuring operational integrity according to manufacturers' specifications. The contractor must provide all necessary personnel, equipment, and materials, and maintain a stock of parts for immediate repairs. Emergency service is mandated within defined timeframes, emphasizing rapid response to equipment failures. Key quality standards include 100% compliance in maintenance schedules, timely reporting of malfunctions, and the proper documentation of all activities. Regular communication with government representatives is critical for coordinating services, submitting required reports, and ensuring security regulations are observed. The document asserts that all contractor personnel must meet specific qualifications and undergo mandatory training related to security protocols. Overall, this contract highlights the importance of maintaining robust security measures within a federal facility, demonstrating the government's commitment to safety and operational readiness.
    The document outlines a Q&A session from a site visit focused on the electronic security services across various buildings under the Department of Emergency Services. Key points include the main server room located in Building 400, the presence of approximately 120 security zones, and the installation of CCTV in three major buildings aiming for future integration into a central system. Each building features distinct security measures, such as the EntroStar system in Building 651 and approximately 42 cameras focusing mostly on external areas. While most systems, including access control and alarms, operate independently, there is a plan to upgrade access to use Common Access Cards in the near future. Maintenance contracts are in place for all equipment, which shows the commitment to system reliability and upkeep. The document indicates that additional sites such as the Visitor Center and gyms have basic security features like duress buttons but lack comprehensive systems integrated into the primary contracts. Overall, the document serves to inform potential bidders or stakeholders about the current state and operational details of security infrastructure on the base, relevant for upcoming RFPs or grants.
    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 lists attendees from a site visit conducted by representatives of three organizations—J2Associates/Convergint Federal, M3T Corporation, and scDataCom. The attendees included Richard Evans and Wilford Bostic from J2Associates/Convergint Federal, Heather Ernst from M3T Corporation, and Serja Issa from scDataCom. The purpose of the visit and the specific context regarding any RFPs, grants, or proposals is not detailed within the file. The concise attendance record indicates the collaboration and assessment of potential strategies or solutions that these companies may propose in response to government requirements, reflecting an aspect of federal or local contracting processes. This document serves as a record of engagement among stakeholders involved in competitive procurement initiatives.
    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
    Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at Rock Island Arsenal in Illinois. The procurement aims to secure a contractor for a Firm Fixed Price contract that encompasses preventive and corrective maintenance for various security systems, with a focus on compliance with safety and regulatory standards. This contract is crucial for ensuring the operational integrity and security of the facility, which houses multiple tenants requiring robust security measures. Interested small businesses must submit their quotes by March 21, 2025, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for Electronic Security System Maintenance Support Services at DLA Distribution in Red River, Texas. The procurement aims to establish a Firm Fixed Price contract for comprehensive maintenance and repair services of the Integrated Electronic Security System (IESS), which includes routine preventative maintenance, emergency repairs, and cybersecurity compliance. This initiative is crucial for ensuring the operational efficacy and security of critical systems, thereby supporting the DLA's logistics operations. Interested small businesses must submit their quotes electronically to Contract Specialist Deborah Johnson by March 21, 2025, at 10:00 AM EST, and are encouraged to review all attached documents for detailed requirements and guidelines.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting proposals for the installation of a fire alarm system at the Cranberry USARC in Pennsylvania. This project, designated as CSS 96484, is set aside for small businesses and falls under the NAICS code 561621, which pertains to Security Systems Services (except Locksmiths), with a size standard of $25 million. The estimated value of the construction project is between $500,000 and $1 million, emphasizing the importance of enhancing safety measures within military facilities. Interested contractors should direct inquiries to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil, with all work expected to be completed in accordance with the Statement of Work.
    Industrial Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Industrial Machine Maintenance services at the Letterkenny Army Depot in Pennsylvania. The contract requires qualified contractors to provide emergency and preventative maintenance, ensuring minimal downtime for critical industrial machinery, with a base performance period of one year and two optional extensions. This procurement is vital for maintaining operational efficiency and compliance with safety standards, including adherence to ISO 45001 and OSHA regulations. Interested parties must submit their proposals by March 27, 2025, and can direct inquiries to Danielle Rhone or Thomas C. Hall via the provided contact information.
    Electronic Security Systems at Libby Dam
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is seeking contractors to upgrade the Electronic Security Systems (ESS) and Video Management System (VMS) at the Libby Dam Project in Montana. The procurement involves the installation, programming, commissioning, and training associated with an integrated security system, which includes the integration of existing systems such as the Electronic Entry Control System (EECS) and Intrusion Detection System (IDS). This project is critical for enhancing the safety and security of the Libby Dam, ensuring robust electronic measures are in place for critical infrastructure. Proposals are due by March 31, 2025, at 3:00 PM Pacific Time, and interested parties should contact McKenna Rain at mckenna.t.rain@usace.army.mil or 206-316-4434 for further information.
    65th SOS MGCS Security System Installation
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install and service a security system for the 65th Special Operations Squadron at Hurlburt Field, Florida. The project involves the installation of an alarm system for GCS Bay 7, including the integration of a new fiber line and a Protected Distribution System (PDS) alarmed conduit, with a total contract value of $25 million. This initiative underscores the importance of enhancing military operational security through updated technological infrastructure, while also promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez Hughes at melissa.perez-hughes@us.af.mil.
    Sprinkler Systems Maintenance & Repair - Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is seeking a contractor for the maintenance and repair of sprinkler systems at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a hybrid service contract that includes both firm fixed price and time and materials components, aimed at ensuring the operational integrity of 262 fire protection systems across various buildings. The selected contractor will be responsible for annual inspections, testing, maintenance, and minor repairs, adhering to NFPA standards and maintaining a physical presence on-site at least two days per week. Proposals are due following a site visit scheduled for March 20, 2025, and interested parties can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125 for further details.
    B-21 Program - Electronic Security Systems (ESS)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research to identify potential sources for Electronic Security Systems (ESS) required for four construction projects associated with the B-21 program at Ellsworth Air Force Base, South Dakota. The projects include modifications to command posts and renovations of docks, necessitating advanced security systems that integrate seamlessly with existing infrastructure, particularly the Honeywell Vindicator Security Systems currently in use. Interested vendors are invited to submit capabilities statements by 2:00 p.m. CST on March 26, 2025, to the primary contact, Sarah Martin, at sarah.a.martin@usace.army.mil, with a total estimated product value of approximately $400,000 across all projects.
    Electronic Security System (ESS)
    Buyer not available
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking small businesses to provide an Electronic Security System (ESS) for the Federal Law Enforcement Training Center (FLETC) located in Glynco, Georgia. The ESS will encompass an Intrusion Detection System (IDS), Access Control System (ACS), and Closed-Circuit Television (CCTV) to enhance security measures for NCIS assets, with a requirement for the system to interface with existing FLETC security systems and include scalable components along with comprehensive training for government users. This initiative underscores the government's commitment to improving security through advanced technology, with a contract installation period of 60 days followed by one year of maintenance and the possibility of four additional 12-month extensions. Interested small businesses must submit their capabilities statements by March 17, 2025, and can contact Pravin Upadhyay at pravin.upadhyay@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil for further information.
    Bldg's 4 & 1000 Fence Installation Project
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the installation of fences at Buildings 4 and 1000 located at the Philadelphia Navy Yard. This project, which is set aside exclusively for small businesses, involves a competitive Firm Fixed Price (FFP) construction contract with an estimated value between $25,000 and $100,000, requiring completion within 70 calendar days. The installation aims to enhance security and infrastructure at federal facilities, reflecting the government's commitment to maintaining safe and operational environments. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Rachel Johnston at rachel.m.johnston6.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.