Alarm Maintenance/CCTV Service
ID: 20149523Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors for alarm maintenance and CCTV services under a total small business set-aside contract. The procurement aims to ensure the effective maintenance and operation of security systems, which are critical for safeguarding border enforcement operations. The services will be performed in New Orleans, Louisiana, and interested parties can reach out to Amoz Samuel at amoz.j.samuel@cbp.dhs.gov or call 202-325-0039 for further details. The opportunity is categorized under NAICS code 561621, focusing on Security Systems Services, and is classified as a Special Notice.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    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.
    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.
    Fire Alarm Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a fire alarm upgrade project for the USCGC OSAGE, located in Sewickley, Pennsylvania. The project involves replacing the existing Notifier AFP 200 fire alarm system with a new Notifier AFP 320 system, which includes inspection, installation, and testing of the new components, while ensuring compliance with applicable safety standards and regulations. This upgrade is crucial for maintaining operational readiness and safety standards for the vessel, reflecting the government's commitment to modernizing its equipment. Interested small businesses must contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437, with the project expected to commence within 10 days of contract award and completed within 14 days of work commencement.
    Protection Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Protection Support Services under a Sources Sought notice. The objective of this procurement is to identify potential sources capable of delivering facilities support services, which are critical for maintaining operational readiness and security at military installations. This opportunity is set aside for 8(a) certified businesses, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested parties should reach out to Prym Johnson at prym.johnson.ctr@usmc.mil or Parren Tatum at parren.tatum.civ@usmc.mil for further details, as the performance will take place in New Orleans, Louisiana.
    Kenneling & Veterinary Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide kenneling and veterinary services for K9 units in Houston, Texas. The procurement aims to establish a firm fixed price contract that includes a detailed Statement of Work, ensuring reliable care and support for the K9 units associated with the Office of Field Operations. This opportunity underscores the importance of maintaining the health and operational readiness of these units, which play a critical role in border enforcement activities. Interested parties must submit their proposals, including a Unique Entity ID from the System for Award Management (SAM), by March 4, 2025, at 5:00 PM (EST), and can contact Carroline Manning at caroline.r.manning@cbp.dhs.gov or by phone at 915-585-4438 for further information.
    OPTION - Selma Custodial Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals for custodial services in Selma, Alabama. This solicitation is set aside for small businesses under the Total Small Business Set-Aside program, and it aims to secure janitorial services that are crucial for maintaining cleanliness and hygiene in FEMA facilities. The contract falls under the NAICS code 561720, which pertains to Janitorial Services, and is classified under the PSC code S201 for housekeeping and custodial janitorial services. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details regarding the submission process and deadlines.
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the quantity to four units within one year of the initial award. This procurement is crucial for maintaining the operational integrity of aircraft components and accessories, as the processors are essential for air transportation support activities. Interested vendors must adhere to the outlined terms and conditions, including compliance with the Federal Acquisition Regulation and the Homeland Security Acquisition Regulation, and are encouraged to submit their proposals detailing pricing and shipment terms. For further inquiries, bidders can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil, with submissions due by the specified deadline.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    The Department of Homeland Security, through the Federal Protective Service, is seeking competitive bids for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of outdated IDS equipment and the installation of a new system that will integrate with existing General Services Administration (GSA) access control systems, thereby enhancing security protocols within federal facilities. This procurement is crucial for modernizing physical security infrastructure to protect personnel and assets effectively. Interested contractors must submit their proposals by March 10, 2025, and are encouraged to attend a pre-proposal conference on February 4, 2025, with additional site visits scheduled for February 27, 2025. For further inquiries, vendors can contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.