355 LRS - Vault Alarm IDS
ID: FA487724QA518Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, 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, 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.ramirez_millan@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Single Source Justification for the installation of a new vault alarm and intrusion detection system (IDS) at DMAFB. The 355th Logistics Readiness Squadron requires Honeywell-Vindicator V3 Integrated Access Control systems to replace the outdated alarm system due to compatibility restrictions with existing US Air Force equipment. A review of potential suppliers indicated limited options, with Honeywell-Vindicator being the primary manufacturer but not the sole distributor, suggesting some market competition. To increase competition in the future, DMAFB acknowledges the need for a new IDS that is less restrictive and encourages the development of small businesses capable of servicing this technology. The Contracting Officer determined that currently, only a single source meets the required criteria, as outlined in FAR regulations. This summary reflects the steps taken to justify a single-source procurement while emphasizing the importance of fostering competitive options for future contracts.
    The document outlines the solicitation FA487724QA518, focusing on federal acquisition regulations pertinent to defense contracting. It includes various clauses associated with compensation ethics, employee rights, telecommunications requirements, and materials sourcing regulations. Key references include prohibitions on purchasing certain telecommunications equipment and business operations from specific foreign entities, as well as standards for domestic sourcing under the Buy American act. Furthermore, it details payment procedures through the Wide Area Workflow (WAWF), which standardizes electronic invoicing processes for federal contracts. Representations and certifications regarding contractor compliance, including annual updates through the System for Award Management (SAM), are emphasized. The contract provisions highlight the need for unique item identification for delivered items and outline the responsibilities of contractors to report compliance with various certification requirements. The purpose of this document is to ensure adherence to regulatory standards and ethical guidelines in defense contracting, fostering transparency and accountability in government procurement processes.
    The document outlines the Performance Work Statement for the removal and installation of a weapons vault alarm system at Davis-Monthan Air Force Base (DMAFB). The contractor is responsible for all materials, labor, and disposal of the old system, adhering to EPA regulations. Services are to be provided during standard working hours unless alternate requests are pre-approved. The document emphasizes the necessity for contractor employees to have proper identification, comply with safety regulations, and exhibit professional conduct, while adhering to security measures including vehicle and personnel checks. The government will provide utilities and emergency services, while emphasizing the prohibition of illegal aliens and drug use on the installation. This Performance Work Statement is a solicitation under federal procurement guidelines, ensuring the security, efficiency, and compliance of services critical to military operations.
    The document addresses questions and answers related to the Vault Alarm IDS as part of a government Request for Proposals (RFP). Key details include the dimensions and weight of the system, which measures 60 inches by 60 inches and weighs 60 pounds. It clarifies that no additional security measures are required beyond the integrated features of the alarm system itself, which includes electronic door access, motion detection, and several security switches. A site visit is optional and not mandatory for bidders. For further guidance, the document references an attached Brand Name Justification, likely to support the specifications and chosen products. This Q&A format serves to clarify requirements for potential suppliers, ensuring they have the necessary information to submit compliant proposals. The overall purpose is to streamline the RFP process and reassure bidders of the scope of required security features for the project.
    The solicitation RFQ FA4877-24-QA518 invites quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) at Davis-Monthan Air Force Base. This RFQ is a Total Small Business set aside, adhering to regulations specified in recent Federal Acquisition Circulars. Interested vendors must submit quotes by email with required details, including Cage Code and estimated delivery timelines, no later than September 19, 2024. A site visit is scheduled for September 13, 2024. The government reserves the right to make multiple awards or none based on cost and best value which encompasses technical acceptability, price, and delivery time. It is emphasized that funds are not yet available, and quotes must remain valid until September 30, 2024. Attachments provided include a Performance Work Statement and Wage Determinations. Additionally, the document mentions an appointed ombudsman to handle concerns regarding the acquisition process. The solicitation underscores adherence to environmental standards by prohibiting the use of substances identified as Class I ozone-depleting agents. This procurement represents a significant step towards modernizing security systems while supporting small businesses in federal contracting.
    The document is a solicitation for commercial items issued by Davis-Monthan Air Force Base under RFQ FA4877-24-QA518, specifically for the installation of a Vault Alarm IDS. This procurement is reserved for small businesses and follows federal acquisition regulations. The solicitation outlines the requirement for a firm-fixed price contract, emphasizing that quotes must include necessary details such as Cage Code, estimated delivery timeline, and Point of Contact information. All submissions must be emailed by 19 September 2024, and funds are contingent upon future appropriations. The government reserves the right to award based on the best value, considering factors like technical acceptability, price, and delivery schedule. A site visit is scheduled, and questions are to be submitted by specified deadlines. The document further mentions compliance with environmental standards, specifically regarding the use of ozone-depleting substances. Overall, this solicitation reflects the government’s commitment to ensuring competitive procurement while adhering to regulatory guidelines and ensuring technical competence in service provisioning.
    The document is a Wage Determination issuance by the U.S. Department of Labor, specifically under the Service Contract Act. The primary purpose is to outline wage and fringe benefit requirements for federal contracts in Arizona, specifically in Pima County. It details minimum wage rates based on Executive Orders, with specific thresholds set for contracts awarded after January 30, 2022, requiring at least $17.20 per hour. The document lists various occupations, their corresponding codes, and required wage rates, as well as additional compensation for benefits such as paid sick leave, vacation, and holiday pay. Specific rules for occupational classifications, particularly for computer-related roles and air traffic controllers, are noted. The wage rates ensure fairness and compliance with federal labor standards, reinforcing protections for contract workers. Crucially, the document provides a conformance process for new classifications not already listed, ensuring fair wage rates are established for all contract workers. Overall, it serves as a regulatory guide for contractors involved in federal procurement, emphasizing adherence to labor laws and worker protections.
    Lifecycle
    Title
    Type
    355 LRS - Vault Alarm IDS
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Dorm Parking Lot CCTV Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the upgrade of the CCTV system at Davis-Monthan Air Force Base dormitories in Tucson, Arizona. The project involves the installation and integration of approximately 77 new 4K HD cameras and 5 NVR systems across seven dorm parking lots, ensuring compatibility with the existing CCTV framework while adhering to safety and environmental compliance standards. This upgrade is crucial for enhancing surveillance capabilities and operational security at the base. Interested small businesses must submit their quotes by September 23, 2024, and can direct inquiries to Jonathan Turk at jonathan.turk@us.af.mil or Matthew Hackett at matthew.hackett.1@us.af.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.
    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.
    FY24_Common Access Card (CAC)_Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for a Common Access Card (CAC) Door Access System for the Air Force Judge Advocate General School. This procurement aims to enhance security measures by acquiring access control equipment, software, and installation services, with a focus on new equipment only. The contract is set aside for small businesses, and all quotes must be submitted by 10:00 AM CDT on September 23, 2024, following a site visit scheduled for September 18, 2024. Interested vendors should ensure compliance with federal acquisition regulations and can contact Lauryn Setzer or William Stallings for further information.
    Intrusion Detection System (IDS) - Moorhead Federal Office Building
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The procurement involves the removal of the existing IDS and the installation of a comprehensive new system, which includes various components such as an Alarm Control Panel and Wireless Universal Transmitter, ensuring integration with the current access control system. This initiative is crucial for enhancing security measures within federal facilities, addressing potential threats effectively. Interested vendors must submit their quotes by September 20, 2024, at 4:00 PM EDT, and are encouraged to attend a site visit on September 6, 2024, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.fps.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.