Vindicator Security System
ID: FA466125Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, 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 Air Force, is seeking proposals for the installation of a Honeywell Vindicator Intrusion Detection System at Dyess Air Force Base in Texas. The project involves a comprehensive Electronic Security System that integrates both Intrusion Detection and Access Control systems, with the contractor responsible for all labor, equipment, and materials necessary for installation, training, and maintenance. This procurement is crucial for enhancing security measures at the base while ensuring compliance with Air Force regulations. Interested small businesses must submit their quotes by March 17, 2025, with a contract award anticipated shortly thereafter, and can direct inquiries to SSgt Maren Quinones-Burgess at maren.quinones-burgess@us.af.mil or A1C Illya Shkrebtiy at illya.shkrebtiy.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the installation of a Honeywell Vindicator Intrusion Detection System at Building 6030C, Dyess AFB, Texas. The contractor is responsible for the complete installation of an Electronic Security System, including hardware and software components, while adhering to relevant military instructions and standards. The project is divided into three phases: installation, training, and testing. Installation encompasses site surveys, equipment setup, and programming of security systems to ensure compliance with applicable regulations. Training will cover system operation for personnel, while extensive testing will assess the system's effectiveness over 30 days. The contractor must provide detailed design reviews, secure necessary materials, and ensure compliance with safety and operational guidelines. It is crucial that all work be performed by certified technicians and that all personnel adhere to security protocols while working in restricted areas. The SOW emphasizes clear communication with government representatives and meticulous management of all components and scheduling, ultimately aiming for a seamless integration of security systems at the facility.
    The document outlines the Federal Acquisition Regulation (FAR) provisions and clauses attached to the government solicitation FA466125Q0026, effective January 17, 2025. It details various provisions by reference, including stipulations on representations and certifications, contracting conditions, and guidelines focused on small business participation and compliance. Key provisions include regulations on payments to influence federal transactions, small business program representations, telecommunications equipment standards, and the specifics regarding unique item identification required for items valued over $5,000. It emphasizes adherence to legal and ethical standards for contractors while ensuring transparency, especially in areas such as reporting executive compensation and compliance with labor standards. The contract clause structure consists of provisions that are incorporated by reference and those I that require full text. The document also addresses procedures for reporting through the Wide Area Workflow payment instructions and establishes an ombudsman for resolving contractor concerns. Overall, this document serves to provide comprehensive compliance guidelines for contractors engaged in federal acquisitions, highlighting necessary practices to maintain accountability, ethical conduct, and support for small businesses in the procurement process.
    The Statement of Work details the installation of a Honeywell Vindicator Intrusion Detection System at Building 6030C on Dyess Air Force Base, Texas. The contractor is responsible for providing all necessary labor, equipment, and materials for a comprehensive Electronic Security System that integrates both Intrusion Detection and Access Control systems while ensuring compliance with relevant Air Force regulations. The work is divided into three phases: 1. **Installation**: This includes setting up IT infrastructure, alarm components, access control devices, and ensuring all systems are connected and operational. 2. **Training & Maintenance**: The contractor will train base personnel on system operations and will account for ongoing maintenance needs, ensuring no reliance on company-owned laptops for updates. 3. **Testing**: Comprehensive testing will examine functionality over 30 days post-installation. The contractor must adhere to meticulous design reviews with government representatives, provide documentation, and follow all regulatory stipulations throughout the process. Additionally, the Statement outlines requirements for access control, safety protocols, and equipment disposal. Overall, the objective is to enhance security measures while ensuring compliance with Air Force standards and operational effectiveness.
    The document consists of a sequential listing of reference numbers (C118 to C133), likely representing a series of federal or state/local grant applications and Requests for Proposals (RFPs). The purpose of these documents appears to relate to funding opportunities or project solicitations within the government sector. Each reference number may correspond to specific project details, applicant requirements, evaluation criteria, or guidelines for execution. However, the lack of descriptive text accompanying these identifiers limits direct insights into their content. The structuring of the file suggests systematization for easy navigation through various proposals or grants, each coded for organizational efficiency. Overall, the primary focus seems to lie in the facilitation and organization of funding processes associated with federal and state/local entities.
    The document is a Request for Quote (RFQ) issued by the 7th Contracting Squadron at Dyess AFB, TX, for a Firm-Fixed Price (FFP) contract related to the purchase and installation of a Vindicator Intrusion Detection System. The solicitation number is FA466125Q0026, issued on March 6, 2025. Key submission requirements include a signed quote, FAR 52.212-3 compliance, and detailed technical approaches confirming the items' specifications. The submission deadline for offers is March 17, 2025, with a delivery requirement of 60 calendar days after contract award, extendable to 90 days if necessary. The evaluation criteria focus primarily on the lowest priced technically acceptable offers. The document indicates that funds for the contract have not yet been secured, and the government reserves the right to cancel the solicitation without reimbursement for incurred costs. Five attachments, including FAR provisions and the Statement of Work, provide further guidance. Overall, this RFQ solicits offers for specific security system installations while establishing clear guidelines for submission and evaluation.
    The Department of the Air Force, through the 7th Contracting Squadron at Dyess Air Force Base, has issued a Request for Information (RFI) to identify potential small business contractors capable of installing a Honeywell Vindicator alarm system for Building 6030C. This RFI, dated February 25, 2025, is for information gathering only and does not indicate a commitment to contract or issue a Request for Quote (RFQ) in the future. Interested vendors must provide their qualifications, capabilities, and comments on the attached specifications by February 27, 2025, via email. The primary focus is to ascertain small businesses that meet the NAICS code 561621 for Security Systems Services. The information collected will inform decisions on whether a small business set-aside is viable and assist in forming a formal RFQ. All responses will be confidential and strictly for internal use within the 7th Contracting Squadron. Contact information for inquiries is provided within the memorandum, emphasizing the need for detailed responses to facilitate effective acquisition planning.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cypher Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the installation of cypher locks at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves the assembly and installation of 80 standalone battery-powered electronic locks across 20 buildings operated by the 341st Training Squadron, with requirements for the locks to meet high security standards and be compatible with existing key systems. This initiative aims to enhance security measures within military training facilities by replacing outdated keyed locks, thereby improving accessibility and security for personnel. Interested vendors must submit their quotes by 10:00 AM CST on the specified deadline, with a delivery timeline set for May 26, 2025. For further inquiries, potential contractors can contact Jinypher Coy at jinypher.coy@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    Lenel Nebula Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Lenel Nebula Access Control System at Eglin Air Force Base in Florida. This procurement aims to enhance security through the installation of an Electronic Safety and Security system, which includes access control and intrusion detection components, ensuring compliance with federal safety and electrical codes. The total contract value is estimated at $25 million, with a completion timeline of 60 calendar days from the award date. Interested small businesses must submit their proposals electronically by adhering to the specified requirements, including a deadline for questions set for July 20, 2023, and are encouraged to contact Erik Owens or A1C Emily Newton for further information.
    7 CES High Voltage Switchgear Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of high voltage switchgear at Dyess Air Force Base in Texas. The project entails comprehensive tasks including the demolition, removal, and installation of switchgear and associated components, with strict adherence to OSHA standards and safety protocols to minimize disruption and ensure environmental responsibility. This procurement is crucial for maintaining the operational integrity of electrical systems at the base, and it is set aside for small businesses under the SBA guidelines. Interested contractors should contact Sydney Fontenot at sydney.fontenot@us.af.mil or 325-696-3834, or Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or 325-696-3836 for further details.
    Base Telecommunication Service Bridge
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Base Telecommunication Service Bridge at Dyess Air Force Base in Texas. The primary objective of this procurement is to ensure the reliability and continuous operation of the Base Telecommunications System (BTS), which includes both wired telephone and data transport systems, requiring contractors to maintain service availability 24/7 and conduct preventive maintenance, respond to service outages, and maintain compliance with relevant policies. This opportunity is categorized under a Total Small Business Set-Aside, with a performance period from April 1 to June 30, 2025, and interested parties must submit their quotes by March 12, 2025, along with required documentation, to the primary contact, Anthony Parra, at anthony.parra.2@us.af.mil or by phone at 325-696-8239.
    Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at Rock Island Arsenal in Illinois. The procurement aims to secure a contractor for a Firm Fixed Price contract that encompasses preventive and corrective maintenance for various security systems, with a focus on compliance with safety and regulatory standards. This contract is crucial for ensuring the operational integrity and security of the facility, which houses multiple tenants requiring robust security measures. Interested small businesses must submit their quotes by March 21, 2025, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Intrusion Detection Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to upgrade the Intrusion Detection System (IDS) for the United States Military Training Mission (USMTM) in Riyadh, Saudi Arabia. The project involves the installation of additional IDS components, including balance magnetic sensors, passive infrared systems, keypads, and an emergency exit door annunciator, along with training for up to 15 USMTM personnel on system operation and troubleshooting. This initiative is crucial for enhancing security measures and maintaining robust defense capabilities in the region, ensuring compliance with both federal and host nation regulations. Interested contractors should contact TSgt Jeff Karingithi at jeff.n.karingithi.mil@army.mil or Marcus Drinkard at marcus.drinkard@us.af.mil for further details.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    HAFB Fencing
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for fencing services at Hill Air Force Base (HAFB) in Utah. The contract, valued at an estimated $4 million over a five-year base period, will cover maintenance, repair, and minor construction projects related to fencing, including emergency response capabilities within two hours of notification. This initiative is crucial for enhancing the security infrastructure at HAFB, ensuring compliance with safety and environmental regulations throughout the project. Interested parties must submit a statement of capability and relevant experience by April 7, 2025, and can contact Aaron Parr at aaron.parr.1@us.af.mil or Ana Andrews-Burton at ana.andrews-burton@us.af.mil for further information.
    Wrong Way Detection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a "Wrong Way Detection" system aimed at enhancing security at Installation Entry Control Points (IECP) in Biloxi, Mississippi. The project seeks to implement advanced detection capabilities, including radar or in-ground loop detectors, audible alarms, and visual alerts, to address the increasing incidents of vehicles entering outbound lanes incorrectly. This initiative is critical for improving traffic safety and security at military installations, ensuring compliance with operational standards and environmental safeguards. Interested small businesses, particularly those classified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), must submit their proposals by the specified deadline, with the contract expected to be awarded by March 6, 2025. For inquiries, potential bidders can contact SSgt Taylor Williams at taylor.williams.26@us.af.mil or 228-377-1814, or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil or 228-377-1837.