Notice of Intent to Sole Source - Intrusion Detection System and Advantor Access Control System
ID: H9241524AdvantorType: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA
Timeline
    Description

    The United States Special Operations Command (USSOCOM) intends to procure an Intrusion Detection System (IDS) and Access Control System (ACS) from Advantor Systems Corporation on a sole source basis. This procurement is necessary as Advantor is the only vendor qualified to provide Air Force Certified IDS, including necessary upgrades and maintenance. The acquisition will be conducted under Simplified Acquisition Procedures and is not open for competitive bidding; however, interested parties may submit capability statements to demonstrate their qualifications. For further inquiries, interested vendors can contact Kristen Colyer at kristen.colyer@socom.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    Notice of Intent to Sole Source - Sensidyne, LP
    Active
    Dept Of Defense
    The U.S. Army Special Operations Command, part of the Department of Defense, intends to negotiate a sole source contract with Sensidyne, LP for maintenance and support services related to ten GilAir Plus air sampling pumps. The procurement includes essential services such as calibration, software updates, and battery replacements, as Sensidyne is the only authorized service provider for these specific pumps. This equipment is critical for air sampling operations conducted by the U.S. Special Operations Command's Safety Office, ensuring compliance with safety standards. Interested organizations may submit their capabilities and qualifications for future acquisitions to Jason San Juan at jason.g.sanjuan.civ@socom.mil and Sandra Bramble at sandra.g.bramble@socom.mil, with the contract award anticipated under the authority of 10 U.S.C 2304 (c)(1) and FAR 6.302-1.
    Notice of Intent - Single Source Award to Advantor Systems Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 49th Contracting Squadron at Holloman Air Force Base in New Mexico, intends to issue a single-source award to Advantor Systems Corporation for security systems services. This procurement is being conducted under the authority of FAR 6.302-1(2), and while this notice is not a request for competitive quotations, all responsible sources are invited to submit a capability statement for government review. The services sought are critical for maintaining security and safety at the base, and the associated NAICS code for this procurement is 561621, with a small business size standard of $25 million. Interested parties should direct inquiries to Edward Alvarez at edward.alvarez@us.af.mil or SSgt Christian Luevano at christian.luevano@us.af.mil, with responses considered by the government to determine the necessity of a competitive procurement process.
    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 an Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The project aims to enhance security infrastructure by ensuring compatibility with the existing Honeywell Vindicator security system, with a focus on compliance with Technical Specifications for Sensitive Compartmented Information Facilities (ICD 705). This procurement is set aside exclusively for small businesses, with a total set-aside amount of $25 million under NAICS code 561621, and requires completion within 180 days post-award. Interested vendors must submit their quotations by September 24, 2024, and can direct inquiries to SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    Commercial Solutions Opening (CSO) PEO-SDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking commercial solutions to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). The goal is to enhance the effectiveness of software intensive programs, platforms, components, algorithms, and processes. This Commercial Solutions Opening (CSO) may result in an Other Transaction Authority (OTA) or a FAR-based contract. Further information can be found in the attached document. The place of performance for this procurement is Tampa, FL 33621, USA. For more details, contact Christie Orlando at christie.r.orlando.civ@socom.mil or 8138604624.
    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.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the installation of an Access Control System (ACS) and an 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, including 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 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.
    Intelligence Support Services Joint III – Synopsis (H92402-24-R-0001)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is preparing to release a Request for Proposal (RFP) for Intelligence Support Services Joint III (H92402-24-R-0001), aimed at providing comprehensive intelligence services across various functional areas. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to deliver actionable intelligence in support of military and humanitarian missions worldwide. Interested vendors must register in SAM.gov under NAICS code 541990 and demonstrate a NIST SP 800-171 Assessment score of 110 to access the Statement of Work and related documents. The anticipated RFP release is scheduled for the week of September 23, 2024, with proposals due approximately 45 days thereafter; for inquiries, contact LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    Intrusion Detection System Installation V5, Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the installation of an Intrusion Detection System (IDS) at Tyndall Air Force Base, Florida. The project involves the design, procurement, and installation of IDS components, specifically utilizing Honeywell equipment, while ensuring compliance with security protocols and environmental standards. This initiative is crucial for enhancing the security infrastructure at the base, with the contractor responsible for system integration, testing, and providing warranty support for one year post-installation. Interested parties should contact Trivane Dennis at trivane.dennis@us.af.mil or Deborah Williams at deborah.williams.3@us.af.mil to express their interest and capabilities in fulfilling the requirements outlined in the attached Statement of Work.