ATC & SCIF Cameras
ID: FA483025P0019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of Access Control (ATC) and Sensitive Compartmented Information Facility (SCIF) cameras at Moody Air Force Base in Georgia. The project involves the installation of hardwired closed-circuit television (CCTV) systems in two buildings, with specific requirements for camera placements, monitoring capabilities, and a five-year warranty on all components. This initiative underscores the federal government's commitment to enhancing security measures at military installations, ensuring compliance with security protocols and operational continuity during installation. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details, and a site visit is scheduled for February 28, 2025, to facilitate the bidding process.

    Files
    Title
    Posted
    The document outlines the camera placements and monitoring capabilities within Building 1300. It details two key cameras: Camera 1, positioned on the first floor outside, capturing visuals of the front door and entryway, and Camera 2, located on the seventh floor, which provides views of the Tower Cab entry door and the stairwell. A monitor for the cameras is situated on the eighth floor, facilitating the oversight of both Camera 1 and Camera 2 visuals. This setup indicates a structured approach to surveillance within the building, likely aimed at enhancing security and oversight. The information provided is part of a broader context associated with government RFPs and grants, focusing on facility monitoring and safety compliance in public buildings.
    The document outlines a surveillance system installation plan for a government building, specifically detailing the camera arrangement and monitoring setup at Building 1506. Key components include a front door camera, a monitor for external views, and additional cameras positioned to oversee critical access points, such as the entrance hallway and emergency exit of a Sensitive Compartmented Information Facility (SCIF). The setup emphasizes comprehensive visual coverage, with one monitor displaying all camera feeds alongside a Network Video Recorder (NVR) hub located within the SCIF. This strategic placement ensures secure monitoring and reinforces the facility's security measures. The document serves as part of a Request for Proposal (RFP) or grant related to federal security enhancements, highlighting the need for robust surveillance systems in government operations.
    This memorandum from the 23rd Contracting Squadron at Moody Air Force Base requests an installation access personnel pass for a contractor, John Doe Jr., associated with contract FA483025Q000X. The purpose of the access is to facilitate a site visit related to ATC and SCIF cameras. The pass is valid for one year and is necessary for entry to the base, with the contractor's date of birth required for security procedures at the Visitor's Center. The request includes sponsor information for follow-up and emphasizes the need for proper handling of personal information, in alignment with the Freedom of Information Act and Privacy Act. Overall, this document reflects standard protocols for contractor access within military installations, ensuring compliance with security measures.
    The 23d Operations Support Squadron at Moody AFB and the 820 Combat Operations Squadron require the installation and upgrade of closed-circuit television (CCTV) systems in buildings 1300 and 1506, respectively. In Building 1300, the vendor must install two hardwired cameras, one at the first-floor entry and one outside the tower cab, along with a central control monitor. The system will not utilize Wi-Fi, and vendors must provide necessary components and warranties for five years, including assurance of reliability and minimal disruption during maintenance. Building 1506 requires the installation of three to four 4K security cameras with vehicle detection capabilities to cover secure areas. Similar to Building 1300, the new system must be hardwired without Wi-Fi, and all installations must follow existing infrastructure without additional modifications. Vendors are tasked with ensuring compatibility and functionality of the new equipment with provided software while guaranteeing a five-year warranty on all parts. These solicitations reflect the government's initiative to enhance security measures at military facilities through structured procurement actions, emphasizing compatibility, compliance with security protocols, and the importance of operational continuity during installation and maintenance periods.
    The document outlines the logistics for a site visit to Moody Air Force Base (AFB) concerning the installation of Access Control (ATC) and Sensitive Compartmented Information Facility (SCIF) cameras. Contractors are instructed to gather at the Visitor’s Center post base access approval, proceeding to two designated locations (Building 1506 and Building 1300) within a set timeframe of 10:00 AM to 11:45 AM. It emphasizes that all contractors must remain together during the site visit and transit between the two locations. This visit is likely part of a broader government contract or RFP for security improvements at the base, reflecting the federal government's emphasis on enhancing security measures at military installations.
    The document appears to be a technical message indicating that the contents of a governmental file could not be displayed due to compatibility issues with the PDF viewer. It suggests users upgrade to the latest version of Adobe Reader for optimal viewing or seek additional help for the software. The message also includes trademarks related to operating systems like Windows and Mac, indicating they are registered trademarks of their respective companies. However, no substantive information or context related to federal RFPs, federal grants, or state/local RFPs is provided within the document, leaving its main topic or purpose unaddressed. Therefore, the summary reflects that this document is more of a technical notice regarding software compatibility rather than a substantive government report or proposal.
    The document outlines the schedule for a site visit at Moody Air Force Base (AFB) regarding the installation of ATC and SCIF cameras. Scheduled for February 28, 2025, the visit will occur at two locations: Building 1300 and Building 1506. Contractors must arrive by 9:30 AM EST for check-in and will spend 45 minutes at each site, with a 15-minute transition between the two locations. Security protocols are stringent; contractors must leave personal electronic devices in their vehicles and are encouraged to bring notepads for documentation. All inquiries should be directed to SSgt Alba via the provided contact information. This visit is part of a broader effort aligned with federal Request for Proposals (RFPs) for technical installations, emphasizing adherence to security and compliance standards. The document functions as both an informational outline and a guide for contractors participating in a competitive bidding process for federal grants or contracts.
    Lifecycle
    Title
    Type
    ATC & SCIF Cameras
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    4K Security Camera System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a 4K Security Camera System to be installed at Beale Air Force Base in California. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at enhancing security measures and operational efficiency by providing advanced surveillance capabilities for tool accountability and personnel identification. The system will include eight indoor cameras with high-resolution recording and extensive storage capabilities, addressing current inadequacies in the existing visual monitoring setup. Interested vendors must submit their quotes by noon PST on March 18, 2025, and can direct inquiries to David Wadkins at david.wadkins@us.af.mil or SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil.
    41 RGS Carpet Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the 41 RGS Carpet Replacement project at Moody Air Force Base in Georgia. The procurement involves the removal of existing carpets and the installation of new carpets and resilient rubber cove bases, adhering to the Air Force Carpet Program standards, with a project duration not exceeding 90 days. This project is crucial for maintaining the infrastructure and aesthetics of military facilities, ensuring compliance with federal guidelines for public procurement. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details and to discuss the requirements, including a site visit for accurate assessment and bidding.
    Multiple Award Construction Contract (MACC), Moody AFB
    Buyer not available
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    FY25 - OG Secure VTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of secure Video Teleconference (VTC) systems at McConnell Air Force Base in Kansas, under the title "FY25 - OG Secure VTC." The project involves upgrading existing VTC capabilities in Room 212 and installing new secure systems in Room 214, ensuring compliance with security guidelines while minimizing structural modifications due to the building's historic status. This initiative is crucial for enhancing communication capabilities within the 22d Operations Group, with a focus on both classified and unclassified communications. Interested contractors, particularly those from Historically Underutilized Business (HUBZone) areas, must submit their proposals by March 28, 2025, with a contract award expected to require delivery of items within 45 calendar days post-award. For further inquiries, potential bidders can contact A1C Warnage Fonseka at warnage.fonseka@us.af.mil or Mrs. Sugeys Allen at sugeys.allen.1@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 109, (RM) 120; 4210 BRADLEY CIRCLE, MOODY AFB, GA 31699-1505 (MOODYAFB/CCI) AND (BLDG) 857; (RM) 123; 401 EAST MOORE DRIVE, GUNTER ANNEX, AL 36114-3001
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a channelized OC-12 fiber optic circuit between Moody Air Force Base in Georgia and Gunter Annex in Alabama. Contractors are required to meet specific technical standards and deliver the service by June 18, 2025, ensuring compliance with stringent performance and integrity testing protocols. This telecommunications service is crucial for maintaining effective communication capabilities within military operations. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 19, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further inquiries.
    CCTV MAINTENANCE AND SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.
    AT/FP Flightline Camera
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is planning to award a sole source contract for the procurement of an AT/FP Flightline Camera system to Prometheus Security Group, Inc. This contract will include a Long Range PTZ infrared 640 30/90MM Defend-IR Camera system, along with essential components such as a video encoder and necessary licenses, due to the urgency and compatibility with existing systems at Fort Johnson, Louisiana. The procurement is critical for maintaining security operations, as Prometheus Security Group is the sole provider of the required technology linked to the current VICADS system at the base. Interested firms are encouraged to submit letters demonstrating their capability to compete, and inquiries can be directed to SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or 318-456-9725, or SrA Alisia Davis at alisia.davis@us.af.mil or 318-456-9766.
    Tree Trimming & Tree Removal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for tree trimming and tree removal services at Moody Air Force Base in Georgia. This procurement is aimed at ensuring the maintenance and safety of the base's landscape, with a contract value of $9.5 million over a five-year period, starting from February 15, 2025. Interested contractors must submit technical and price proposals, including proof of liability insurance and licensing to operate in Georgia, while adhering to federal contracting regulations and labor standards. Key deadlines include a submission date for proposals by March 3, 2025, and a scheduled site visit on March 5, 2025, for interested bidders. For inquiries, contractors can contact Victor Houston at victor.houston.1@us.af.mil or call 229-257-1502.
    Building Access and Surveillance System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance of building access and surveillance systems at Joint Base Elmendorf Richardson (JBER) in Alaska. The contractor will be responsible for providing all necessary labor, materials, and equipment to inspect and repair these systems, which include preventive maintenance, annual inspections, software updates, and accurate inventory management. This maintenance contract is crucial for ensuring the uninterrupted operation of essential security systems at JBER facilities, emphasizing accountability and timely communication. Interested parties can contact Joseph Ford at joseph.ford.21@us.af.mil or 907-552-8203, or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil or 907-552-5587 for further details.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.