Intrusion Detection System B1217 SCIF
ID: W50S6W24Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M1 USPFO ACTIVITY DCANG 113JB ANDREWS, MD, 20762-5011, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work for the installation of a security system at Building 1217 on Joint Base Andrews outlines contract requirements for implementing an access control system (ACS) and an intrusion detection system (IDS) for the 113th Operations Support Squadron. The project must ensure compatibility with the existing Honeywell Vindicator security infrastructure. Key tasks include installation, startup, testing, and training to ensure compliance with the Technical Specifications for Sensitive Compartmented Information Facilities (ICD 705). Essential equipment includes electronic door strikes, proximity readers, motion detectors, CCTV cameras, and integration with the fire alarm system. The contractor is tasked with delivering the system within 180 days from award, adhering to specific performance and technical requirements while ensuring it meets established military standards. Government responsibilities include providing power and access to the worksite. The final inspection will verify adherence to all specified codes and requirements. This document serves to facilitate the procurement process and ensure a well-coordinated approach to enhancing security infrastructure in a military context.
    The document pertains to the 113 OSS Facility Fit-Up project at Andrews AFB, MD, managed by the 668th Alteration & Installation Squadron of the Department of the Air Force, under the Sixteenth Air Force. It is a detailed submittal, indicating that the planning process has reached 100% completion. The submittal includes architectural and layout plans showcased in designated sheets (e.g., LS-101, A-103), marking significant elements within the facility. It emphasizes precise measurements and structural details meant for the facility's fit-up, contributing to modernizing and enhancing operational capabilities at the base. This project underscores the necessity for thorough documentation in federal government RFPs related to infrastructure upgrades, ensuring compliance with military standards and strategic objectives.
    The provided document consists of a series of fragmented texts and codes that appear to be extracted from various government Request for Proposals (RFPs) or grant applications. It lacks coherent sentences and clear structure, making it difficult to ascertain specific intended topics or details. However, there are indications that the file pertains to federal and state/local funding opportunities, possibly regarding safety, compliance, and environmental regulations. The key ideas seem to revolve around assessments, compliance with regulatory standards, and the need for thorough evaluations before project initiation. Supporting elements suggest a focus on health, safety, and environmental concerns that must be addressed through proper planning and execution of projects related to construction or restoration. Due to the disorganized nature of the text, a comprehensive understanding of a single cohesive topic is hindered. It underscores the importance of health regulations, technical evaluations, and the procedural adherence to guidelines in government-funded endeavors. Overall, the file hints at the significance of precautionary measures and due diligence in public sector projects that could impact community safety and environmental integrity.
    The document provides an overview of various federal and state-level requests for proposals (RFPs) and grants related to environmental projects, focusing on compliance, safety, and infrastructure improvements. Key areas highlighted include the assessment and management of hazardous materials, particularly in historic structures, which necessitate formal evaluations prior to any alterations or renovations. It emphasizes the importance of adhering to safety regulations and mitigation strategies to address potential risks such as asbestos, lead-based paint, and other hazardous substances. The need for collaboration among engineers, environmental professionals, and other stakeholders is crucial to ensure that all processes comply with pertinent laws while safeguarding public health and the environment. The document underscores the commitment of governmental entities to modernizing infrastructure sustainably and responsibly, thereby supporting enhanced safety and regulatory conformity throughout project execution.
    The document provides a determination memorandum for sole source acquisitions under the Simplified Acquisition Procedures (SAP) as outlined by FAR regulations. It stipulates that solicitations may be limited to a single source if a contracting officer determines that only that source can fulfill the government’s requirements. In this instance, the requirement pertains to the installation of access control systems and integrated intrusion detection systems (IDS) for the 113th Operations Support Squadron, intended to align with existing Honeywell Vindicator infrastructure. Market research highlighted that only authorized Honeywell vendors can ensure compatibility with the current security system. The memorandum asserts that while small businesses expressed interest, the acquisition will be set aside for small businesses that meet the specified requirements, ensuring compliance with ICD 705 for software integration and operational effectiveness. The contracting officer, SMSgt Stacey M. Little, certifies the justification for sole source procurement, emphasizing that this approach is in the government's best interest while also noting the necessity for adherence to funding availability and regulatory authorization.
    The document is a combined synopsis/solicitation for a Request for Quotation (RFQ) under solicitation number W50S6W-24-Q-0005, targeting the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Joint Base Andrews. This opportunity is set aside for small businesses, with a total contract value of $25 million as defined by the applicable NAICS code (561621). Key dates include posting on August 29, 2024, a response deadline of September 20, 2024, and an expected award date of September 24, 2024. The contractor is required to ensure compatibility of the IDS equipment with Honeywell Vindicator systems currently in use. A pre-bid site visit is scheduled for September 12, 2024, highlighting the importance of firsthand inspection by bidders. The evaluation criteria for bid offers include Technical Capability, Past Performance, and Price, with technical factors weighted more heavily than price. The document emphasizes the necessity for compliant submissions that detail the offeror’s capabilities, previous related contract performance, and a complete price proposal, highlighting adherence to government regulations throughout the bidding process. An agency protest procedure and relevant clauses related to federal procurement are also referenced to ensure understanding and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    81st Readiness Division (RD) Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Charleston District, is seeking qualified contractors to provide Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services for the 81st Readiness Division (RD). The procurement aims to ensure the operational integrity of IDS across various military facilities, requiring contractors to perform semi-annual preventative maintenance inspections and execute corrective maintenance as needed. This contract is crucial for maintaining security measures at federal installations, reflecting the government's commitment to safety and operational readiness. Interested small businesses must submit their quotes by September 23, 2024, with a total contract capacity capped at $2,500,000, and can direct inquiries to Lauren Secor at Lauren.L.Secor@usace.army.mil or Brandon Lewis at Brandon.H.Lewis@usace.army.mil.
    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.
    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.
    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.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, under solicitation FA480024Q0041. The contractor will be responsible for planning, procuring, and installing the security alarm systems in multiple buildings, ensuring compliance with all applicable construction codes and federal regulations. This initiative aims to enhance the security infrastructure of military facilities, providing a safe environment for personnel during training. Interested small businesses must submit their quotes by September 20, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    1st Helicopter Sq Camera System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the 1st Helicopter Squadron Camera System at Joint Base Andrews, Maryland. The project entails the removal of an outdated camera system and the installation of 15 new cameras, including various types such as PTZ, dome, and multi-sensor cameras, with a focus on enhancing security and operational readiness. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal security regulations, requiring proposals to be submitted by September 23, 2024. Interested contractors should contact A1C Cory Harris at cory.harris.5@us.af.mil or Jose Peregrinaflores at jose.peregrinaflores@us.af.mil for further details and access to necessary documentation.
    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.