7 LRS Bldg 7004 Vindicator
ID: FA466124Q0123Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a combined synopsis and solicitation for a commercial item, presented as a Request for Quote (RFQ) from the 7th Contracting Squadron at Dyess Air Force Base, Texas. The RFQ, identified by number FA466124Q0123 and dated September 13, 2024, calls for quotes on specific items related to Intrusion Detection Systems, including installation and testing services. There are no set-asides for small businesses or other classifications, though it encourages participation from woman-owned and small disadvantaged businesses. Quotes must be submitted via email by September 20, 2024, and should remain valid until September 30, 2024. The evaluation criteria focus on brand name compliance and the value offered to the government. The government also specifies that no award will be made until funds are available, emphasizing the potential for solicitation cancellation without financial liability. Detailed item descriptions, pricing sections, and delivery expectations are included to guide offerors in their submissions.
    This document outlines the Federal Acquisition Regulation (FAR) provisions and clauses relevant to a solicitation for contract FA466124Q0123, which includes mandatory compliance requirements for federal procurements. Key provisions address prohibitions on contracting with certain entities, requirements for representations and certifications, and clauses for contract terms, emphasizing accountability in federal contracting. Important aspects include ensuring eligibility through the System for Award Management (SAM), compliance with diverse factory standards, and specific certifications required for commercial items. The evaluation process is clearly defined, with various factors such as technical capability, price, and past performance influencing contract awards. The document emphasizes the significance of small business participation, with specific clauses to encourage subcontracting and compliance with socio-economic regulations. Additionally, unique item identification protocols for defense items, and payment procedures through the Wide Area Workflow (WAWF), are described to ensure traceability and prompt financial transactions. Overall, this comprehensive documentation serves to guide contractors in meeting federal requirements for contract compliance, emphasizing the importance of integrity, transparency, and fiscal responsibility in government procurement processes.
    The document outlines a detailed request for proposal (RFP) concerning the procurement of equipment and engineering services related to a network system installation. Key components include various types of network switches, servers, cabinet structures, power supply units, and specialized wiring and connectors, alongside a list of professional services such as engineering and program management. The equipment specified ranges from network switch licenses and modules to UPS systems and tamper switches, indicating a focus on building a robust and secure IT infrastructure. The RFP also includes a significant number of engineering service hours needed for installation and management, reflecting a comprehensive approach to both hardware procurement and the necessary support services. This proposal illustrates a collaborative effort aimed at upgrading technology systems within a governmental context, ensuring compliance with necessary standards, and enhancing operational capabilities. The details emphasize the thorough planning involved in federal and state initiatives, highlighting the intention to secure competitive bids for optimal service delivery and resource management while adhering to regulatory requirements.
    The Statement of Work outlines the installation of a Honeywell (Vindicator) alarm system at Dyess Air Force Base (AFB), Texas. The contractor is responsible for providing all necessary labor and materials for the setup of a combined Intrusion Detection and Access Control System within Building 7004, Room 136. The project consists of three phases: installation, training and maintenance, and testing. During installation, crucial components like IT cabinets, access control equipment, and various IDS devices must be properly fitted and configured according to military security regulations. Post-installation, the contractor will conduct training sessions for personnel operating the system, ensuring they understand how to manage alarms and secure access appropriately. Maintenance plans must be established in advance, and a certified Honeywell technician will oversee system installation. Following these steps, rigorous testing, including a continuous operational period, will be conducted before welcoming government acceptance of the system. The document emphasizes rigorous adherence to both operational and security standards, such as regular inspections for compliance and proper workflow coordination with governmental representatives. The overarching aim of the project is to ensure that the facility remains a compliant, secure storage environment for classified information, thereby sustaining its accreditation status.
    The document outlines the inventory of various spaces and facilities at Dyess Air Force Base, primarily focusing on categorizing different types of areas, such as storage warehouses, offices, vaults, mechanical rooms, hallways, and restrooms. Each entry includes a unique identifier and categorizes the space by type (e.g., "storageWarehouse," "officeShared," "vault") and the governing agency's control. The text specifies that the controlled information is “CUI” (Controlled Unclassified Information), with an emphasis on the GPI (Government Property Information) category. The overall purpose of this document appears to be for reference in managing the facilities and ensuring proper reporting and tracking of space allocations. This would likely support federal RFPs (Requests for Proposals) and grants related to facility management or operational enhancements at the Air Force Base. The structure is systematic, enumerating each space in a tabular format for easy identification and assessment, aligning with governmental operational standards and compliance needs.
    The document outlines a justification for a brand-name procurement of the Honeywell Vindicator Intrusion Detection System (IDS) at Dyess Air Force Base. The 7th Contracting Squadron is seeking approval for this purchase, which will cover the system's installation, end-user training, and maintenance. The project is divided into three phases: installation, training, and system testing. Justification for using the brand-name system centers on it being the standardized alarm system approved by the Air Force for Dyess AFB, necessitating that only Vindicator-certified personnel handle its installation and updates. The procurement process indicates that using the General Services Administration (GSA) might lead to a single-source award to a large business, conflicting with small business set-aside requirements. The contracting officer affirms that the anticipated costs will be fair and reasonable based on previous competitive acquisitions. The document also includes an assurance that efforts are ongoing to assess market capabilities for potential equipment upgrades that may allow more competitive future procurement. The overall purpose is to secure a reliable and standardized IDS while adhering to procurement regulations and supporting small business considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    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.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.
    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.
    IDS System for Lackland AFB 149 FW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Access Control at the 149th Fighter Wing located at Joint Base San Antonio-Lackland, Texas. The project requires the contractor to provide a Honeywell Vindicator V5 IDS, ensuring compliance with ICD705 standards for classified storage, as the facility houses F-16 simulators critical for pilot training. The contract is set as a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable criteria, with a Firm Fixed Price contract type. Interested contractors should contact Capt Derek Guedes at derek.guedes.3@us.af.mil or 210-612-0153 for further details.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, through the Davis-Monthan Air Force Base, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) as part of a Total Small Business set-aside procurement. The project involves removing the existing weapons vault alarm system and installing a new system that meets specific security requirements, including two levels of intrusion detection to ensure the safety of a hazardous facility. This procurement is critical for enhancing security measures and compliance with federal regulations, with quotes due by September 19, 2024, and a site visit scheduled for September 13, 2024. Interested vendors should direct inquiries to Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@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.
    Acton Dorm Security Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Acton Dorm Security Upgrade project at Joint Base San Antonio - Fort Sam Houston. The procurement involves the installation and integration of advanced security systems, including electronic locking mechanisms and a comprehensive camera system, aimed at enhancing the security infrastructure of Building 1469. This initiative is critical for improving safety measures within military facilities, ensuring compliance with federal, state, and local regulations. Quotes are due by September 23, 2024, at 10:00 AM CST, and interested contractors should contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil for further details.
    Intrusion Detection System (IDS) and Video Management System (VMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Video Management System (VMS) for the 185th Air Refueling Wing (ARW) in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 120-day performance period, ensuring compatibility with existing Advantor systems on the base. This procurement is critical for enhancing the security infrastructure at the facility, and the government intends to award the contract on a sole source basis to Advantor Systems due to the proprietary nature of their products. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and compliance documentation, by the deadline of September 30, 2024, to Capt. Allison Harbit at the provided contact details.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking qualified vendors to provide and install a Vindicator Badge Manager System, as outlined in their recent solicitation. The procurement involves the acquisition of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which are essential for managing access to Restricted Area Badges (RAB) while ensuring compliance with stringent security requirements set by the USAF and DOD. This initiative is critical for enhancing security operations at military installations, allowing designated personnel to manage access authorizations effectively. Interested small businesses must submit their quotes by September 25, 2024, and are encouraged to attend a virtual briefing on September 18, 2024, for further details; inquiries can be directed to Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, particularly the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training services to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.