Intrusion Detection System (IDS) - Moorhead Federal Office Building
ID: 70RFP324QE3000013Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 4 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Department of Homeland Security (DHS), Federal Protective Service (FPS) has issued a Request for Quotation (RFQ) for the installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, PA. This RFQ seeks a firm-fixed price purchase order covering all necessary equipment, labor, and materials for the project. A site visit for interested contractors is recommended before submitting bids. The focus of the project is the removal of outdated IDS equipment followed by the installation of a comprehensive new system that ensures integration with the existing access control system. Effective project management includes the development of a cutover plan to minimize disruptions during installation, adherence to various safety and operational standards, and proper disposal of existing equipment. The RFQ emphasizes compliance with federal standards and mandates the exclusion of certain foreign telecommunications products due to security concerns. The ultimate goal is to enhance security within government facilities, ensuring robust protection against various potential threats.
    The document outlines an amendment to Solicitation No. 70RFP324QE3000013 related to the procurement of a new Intrusion Detection System (IDS) for the U.S. Department of Homeland Security's Federal Protective Service. The amendment modifies the due date for offers from September 13, 2024, to September 20, 2024, at 4:00 PM EDT, while all other terms and conditions remain unchanged. The effective period for the contract spans from October 1, 2024, to November 29, 2024. The document provides detailed instructions on how to acknowledge receipt of the amendment, indicating that failure to comply may result in offer rejection. It also specifies that contractors are not required to sign the amendment unless otherwise stated. This communication is part of a structured government procurement process, ensuring clarity and compliance for potential bidders while maintaining transparency in bid submissions to enhance security capabilities within federal facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VSS Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service (FPS) is seeking a contractor for the installation of a new Video Surveillance System (VSS) at the Denver Federal Center, Building 56. The contractor will be responsible for purchasing and installing a stand-alone network video management system, with all work to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm-fixed price contract anticipated. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the extended deadline of October 15, 2024, at 0900 PDT. For further inquiries, potential bidders can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    Video Surveillance System (VSS) Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking a contractor to install a new Video Surveillance System (VSS) at the Fargo Federal Building and Post Office in North Dakota. The project requires the contractor to provide a fully functional stand-alone network video management system, including the installation of various VSS components as outlined in the Statement of Work (SOW). This procurement is significant for enhancing security at federal facilities and is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on a best value source selection process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and submit their proposals by the revised deadline of October 11, 2024, at 0900 PDT, with inquiries directed to Lynn Miller at lynn.e.miller@fps.dhs.gov.
    Video Surveillance System (VSS) Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service is seeking a contractor for the installation of a Video Surveillance System (VSS) at the William L. Guy Federal Building located in Bismarck, North Dakota. The contractor will be responsible for purchasing and installing a new stand-alone network video management system, with the installation to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a total contract value expected to align with the NAICS code 561621, which has a size standard of $25 million. Interested contractors must ensure they are registered in the System for Award Management (SAM) and acknowledge the amendments to the solicitation, with the latest submission deadline extended to October 11, 2024, at 0900 PDT. For further inquiries, contractors can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    Video Surveillance System Installation in Oakland, CA, at the Ronald Dellums Federal Building and Courthouse
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, through the Federal Protective Service, is seeking proposals for the installation of a Video Surveillance System (VSS) at the Ronald Dellums Federal Building and Courthouse in Oakland, California. The project requires a contractor to provide a comprehensive solution, including the purchase and installation of a new stand-alone Network Video Management System (NVMS), ensuring high-resolution footage capture and integration with existing security systems. This procurement is critical for enhancing security infrastructure at a federal facility and is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on price and technical merit. Interested vendors must submit their proposals by October 1, 2024, at 9:00 AM PDT, and can direct inquiries to Contract Specialist Gilbert Olivas at Gilbert.Olivas@fps.dhs.gov or by phone at 303-579-2437.
    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.
    Purchase and installation of additional and replacement cameras to the existing Internet Protocol (IP) Video Surveillance System (VSS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is seeking qualified contractors for the purchase and installation of additional and replacement cameras for the existing Internet Protocol (IP) Video Surveillance System (VSS) at the Limbaugh Federal Courthouse in Cape Girardeau, Missouri. The project involves upgrading from outdated analog cameras to newer technology IP cameras, integrating a Network Video Management System (NVMS), and ensuring the system can monitor various security aspects while retaining video for a minimum of 30 days. This procurement is critical for enhancing security measures at federal facilities, with a contract performance period from October 1, 2024, to September 30, 2029, and options for maintenance services in subsequent years. Interested vendors must submit proposals by September 19, 2024, and can direct inquiries to Angela Varlow at Angela.Y.Varlow@fps.dhs.gov or Adam L. Reynoso at adam.l.reynoso@fps.dhs.gov.
    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.
    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.
    RFP - Protective Security Officer (PSO) Services - Southern New Jersey
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is soliciting proposals for armed Protective Security Officer (PSO) services in Southern New Jersey, as outlined in RFP 70RFP324RE3000001. The contract will encompass a one-year base period starting December 1, 2024, with four additional one-year options extending through November 30, 2029, aimed at safeguarding federal personnel and property at federally owned and leased facilities. This procurement is critical for enhancing security measures in the region, with an estimated requirement of 87,015 PSO hours annually. Interested vendors must submit their proposals by September 30, 2024, at 5 PM ET, and are required to register with SAM.gov. For further inquiries, contact Ryan Fitzpatrick at ryan.t.fitzpatrick@fps.dhs.gov or Melissa Stolle at melissa.stolle@fps.dhs.gov.