Lenel Onguard Security System Maintenance
ID: W911RXType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, 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 Defense, specifically the Department of the Army, is soliciting proposals for the maintenance of the Lenel Onguard Security System at Fort Riley, Kansas. This contract encompasses routine maintenance, inspections, and necessary repairs for the security system, which includes access control and CCTV components, ensuring operational integrity and compliance with security protocols. The contract is vital for maintaining the safety and security of the facility, with a base year and three optional extensions anticipated to begin on September 25, 2024. Interested small businesses must submit their proposals by September 11, 2024, and can direct inquiries to Shannon S. Campbell at shannon.s.campbell.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a government solicitation identified as W911RX24Q0001, extending the response deadline by seven days to ensure adequate time for agencies to submit proposals. The new response date is set for September 11, 2024, at 10:00 AM. The amendment also introduces Exhibit B, detailing a Preventive Maintenance Schedule, and outlines modifications to several attachments, including the Performance Work Statement (PWS) and wage determination documents. The contracting officer's signature and date confirm the changes. The overall purpose of the amendment is to maintain fair competition and thorough evaluation of proposals within the framework of federal contracting protocols, ensuring compliance with the required timelines and documentation for interested vendors.
    The document outlines an amendment to a solicitation for government contracting, specifically for Contract ID W911RX24Q0001. Its primary purpose is to introduce Attachment 3, which includes industry questions and answers, without altering any other terms of the solicitation. The amendment specifies that contractors must acknowledge receipt of this document by various methods to ensure compliance, and highlights that failure to do so may lead to the rejection of offers. The summary of changes section details which attachments have been modified or added, including the Performance Work Statement, a wage determination, and an iWatch Briefing Tracking exhibit. This amendment reflects standard practices in federal contracting, aiming to enhance clarity and facilitate communication between the government and potential contractors.
    This document serves as an amendment to the solicitation W911RX24Q0001, issued by the MICC - Fort Riley, to include industry questions and answers following a site visit. No other modifications to the solicitation are made, and the original terms remain in effect. The amendment is formalized with a signature from the contracting officer and is effective as of September 6, 2024. Contractors must acknowledge receipt of this amendment through specific methods outlined in the document to ensure their offers are considered. The attachment section includes modifications such as the Performance Work Statement (PWS), wage determination data, and updated FAQs regarding the solicitation, indicating a focus on clarity and compliance for interested contractors. Overall, the document emphasizes the importance of acknowledging amendments in the bid process and provides essential updates related to the request for proposal in the federal contracting framework.
    The FROC Industry Questions document addresses inquiries related to access control systems and video surveillance for a project at Fort Riley, Kansas. Key points include the availability of architectural drawings and the details of system configurations, stating that the Lenel system is a stand-alone configuration managed alongside alarm systems. A site visit is scheduled for August 28, 2024. Inquiries about specific equipment, such as the Lenel Dongle ID, resulted in responses directing to attached documents. Training requirements for Anti-Terrorism, OPSEC, and TARP programs are specified as being delivered online, with sessions ranging from one to two hours. Additional questions pertain to equipment accessibility and the provision of training rosters to the contracting office. The document serves to clarify technical and procedural details essential for prospective contractors participating in the RFP process, emphasizing the need for clear communication and comprehensive information sharing to ensure project compliance and operational effectiveness.
    The Performance Work Statement (PWS) outlines maintenance services for the Lenel Onguard security system at Fort Riley Operations Center, Kansas. This contract involves routine upkeep and part replacements for a comprehensive security system established in 2007, which includes cameras, video recorders, and smart controllers, covering both indoor and outdoor areas of the facility. The contractor must provide all necessary personnel, equipment, and tools, while ensuring compliance with rigorous quality control and assurance standards. The contract is structured for one base year with three optional extensions, beginning September 25, 2024. Key responsibilities include monthly preventive maintenance, prompt response to service calls, and ensuring the integrity of records for security management. The contractor must be licensed, trained, and certified in Lenel Onguard operations, and adhere to the stipulations regarding employee background checks, security clearances, and compliance with government policies. This systematic approach ensures the functionality and security of the Fort Riley facility while maintaining high operational standards with mandatory reporting and oversight mechanisms in place by government representatives.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage rates and fringe benefits for various occupations in specific counties of Kansas. For contracts starting or renewing after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts prior to this date must adhere to a minimum of $12.90 per hour. Each occupational listing comes with designated hourly rates, often requiring additional fringe benefits such as health and welfare payments. Noteworthy is the stipulation that certain workers might be eligible for higher wages based on recent Executive Orders. Moreover, the document highlights requirements for paid sick leave and guidelines on labor classifications and conformance processes for unlisted job titles. It emphasizes compliance with regulations to ensure that contracting officers and employers uphold workers' rights and protections. This wage determination is key for federal contractors, illustrating the Labor Department's efforts to ensure fair compensation for service employees while complying with government contracting requirements.
    The document addresses a series of industry questions related to an RFP for security systems at Fort Riley, Kansas. Key inquiries include requests for architectural and engineering drawings of camera placements, site visit availability, and details on the Lenel access control system and video management software in use. It confirms that site visits are scheduled and provides contact information. Major points highlight the configuration of the Lenel system as stand-alone, the integration of alarm monitoring with this system, and specific details on training for security protocols. Questions about maintenance responsibilities, firmware versions for various security devices, and equipment uptime requirements are addressed, emphasizing the need for contractor engagement in equipment testing and replacements. Additionally, access concerns for roof-mounted cameras and the implications of using lifts for servicing are discussed. These considerations illustrate practical challenges and operational protocols relevant to maintaining and upgrading security systems, ensuring both the safety and effectiveness of site security measures are prioritized. This summary encapsulates the essence of the inquiries and responses pertinent to the proposal for security technologies required by the government.
    The iWatch Army program, established to enhance community vigilance against potential terrorist activities, aims to educate U.S. Army community members at Fort Riley on recognizing and reporting suspicious behaviors. Originating from a 2010 directive, the program promotes the notion of "See Something, Say Something," encouraging individuals to report unusual activities to military or local law enforcement. Key training topics include identifying suspicious behaviors—such as unusual interest in security protocols or inappropriate attire for an environment—and the reporting process, which details what information to provide and how to submit reports. Resources for further information on antiterrorism measures and local contacts are included, emphasizing the importance of community awareness in maintaining safety. The program aims to foster a proactive stance against potential threats while facilitating thorough investigative responses from law enforcement entities. Overall, iWatch Army strengthens communication and collaboration within the Army community to prevent and respond to security threats effectively.
    The document outlines a Preventative Maintenance Schedule for Building 580, detailing annual inspections for access control and CCTV systems. It specifies the tasks and testing required for various components, categorized by month. Key activities include inspections of control panels, batteries, readers, strikes, maglocks, and motion sensors, ensuring all access control systems function correctly. The CCTV section mandates physical and functional tests of DVRs, cameras, and power supplies, conducted at different times throughout the year. Each listed item emphasizes the importance of regular maintenance to guarantee the security infrastructure remains operational and effective. The contractor is responsible for reporting any issues encountered during inspections. The schedule allows for modifications upon mutual agreement with the Inspector, at no added cost to the government. This maintenance regimen is crucial for sustaining safety protocols and technological integrity within the facility, demonstrating the government's commitment to maintaining secure environments for public and staff safety.
    The document outlines a federal Request for Proposal (RFP) identified by solicitation number W911RX24Q0001, due on September 11, 2024. The RFP is for the installation and annual subscription of the Lenel OnGuard system, including ongoing maintenance and special projects, required by the U.S. Army at Fort Riley, Kansas. The contractor must provide all necessary resources such as personnel, equipment, and supervision, adhering to regulations like the Service Contract Act. The solicitation emphasizes a commitment to equitable business practices, encouraging participation from small businesses, including those owned by disabled veterans and women. Key contractual obligations include compliance with a variety of Federal Acquisition Regulation (FAR) clauses, ensuring the integrity and cybersecurity of telecommunications equipment, and reinforcing the necessity for maintaining records of supplier performance. The summary further highlights the contract’s payment instructions and delivery schedules effective from 2024 through 2028, indicating a multi-year applicability. The document serves as a formal invitation for qualified contractors to submit proposals that meet the government’s requirements and reflects an emphasis on technical capability alongside competitive pricing.
    The government seeks annual subscriptions and related services for Lenel OnGuard, an access control and security system. This procurement is a multi-year contract for commercial items, encompassing software licenses, scheduled services, and special projects. The evaluation criteria are based on a Lowest Price Technically Acceptable (LPTA) approach, with price, technical capability, and contractor past performance considered. Offerors must complete representations and certifications, including small business status and compliance with various executive orders and laws. The solicitation closes on September 3, 2024, with expected contract performance periods from September 2024 to September 2028.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VIDEO EQUIPMENT 21ST SIGNAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Firm Fixed-Price contract to acquire a Video Surveillance System (VSS) for the Gateway Telecommunications Center at Fort Detrick, Maryland. The procurement aims to enhance security through the installation of advanced video cameras, switches, recorders, and mounting hardware, incorporating features such as motion detection technology and 30-day footage retention. This initiative underscores the government's commitment to improving security measures while fostering opportunities for small businesses, as the solicitation is set aside for total small business participation. Interested offerors must submit their proposals by 09:00 AM on September 19, 2024, and can direct inquiries to Rhonda K. Gill at rhonda.k.gill.civ@army.mil or by phone at 520-692-1529.
    RIANG 282CBCS CCTV System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Rhode Island Air National Guard, is seeking proposals from qualified small businesses for the procurement of a Closed Circuit Television (CCTV) system under Solicitation W50S94-24-Q-0021. The requirement includes the installation of 6-8 pan-tilt-zoom cameras and 2 fixed cameras, with features such as night vision, remote monitoring, and recording capabilities, aimed at enhancing security for the 282d Combat Communications Squadron in North Smithfield, Rhode Island. This firm-fixed-price contract is critical for ensuring operational security and surveillance capabilities, with proposals due by 10:00 AM EST on September 20, 2024. Interested vendors should direct their inquiries to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil, and note that the deadline for questions is set for Noon, EST, on September 17, 2024.
    81st Readiness Division (RD) Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Charleston District, is soliciting quotes for Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services for the 81st Readiness Division (RD). The procurement aims to ensure the operational integrity of IDS across multiple military installations, requiring contractors to perform semi-annual preventative maintenance inspections and execute corrective maintenance as needed, in compliance with military security regulations. This contract, valued at up to $2,500,000, will be awarded as a single indefinite-delivery/indefinite-quantity (IDIQ) firm fixed-price contract, with a performance period from September 30, 2024, to September 30, 2029. Interested contractors must submit their quotes by September 23, 2024, to the designated contacts, Lauren Secor and Brandon Lewis, via email.
    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.
    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.
    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.
    Integrated ESS and EKC Systems Support for DLA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Integrated Electronic Security Systems (IESS) and Electronic Key Control (EKC) systems support services under solicitation SP4703-24-R-0004. The procurement aims to provide comprehensive lifecycle management support, including design, acquisition, maintenance, and cybersecurity for DLA facilities both within the contiguous United States (CONUS) and overseas (OCONUS). This initiative is crucial for ensuring the continuous protection and monitoring of DLA facilities, enhancing their overall electronic security infrastructure. The contract, valued at up to $65 million over five years, includes a base period and four optional extensions, with proposals due by September 16, 2024. Interested contractors can reach out to Heesun Redmond at heesun.redmond@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.
    Acton Dorm Security Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Acton Dorm Security Upgrade at Joint Base San Antonio – Fort Sam Houston. The project involves the installation and integration of advanced security systems, including replacement locking mechanisms, fob access systems, and upgraded camera surveillance in dormitory Building 1469, ensuring compliance with federal, state, and local codes. This initiative is crucial for enhancing the safety and security of dormitory facilities, with a total small business set-aside under NAICS code 561621. Quotes are due by September 20, 2024, and interested bidders are encouraged to attend a non-mandatory site visit on September 13, 2024, with registration required by September 10. For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    NYARNG ESS Instillation Troy NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the New York Army National Guard, is seeking contractors for the installation of Electronic Security Systems (ESS) at the Glenmore Road Armory in Troy, New York. The project involves the installation of Closed Circuit Television (CCTV) and FIPS compliant Access Control Systems, with completion deadlines set for access control by September 15, 2024, and CCTV by January 15, 2025. This initiative is crucial for enhancing security measures at military facilities, ensuring compliance with government procurement policies and safety standards. Interested contractors must submit their quotes via email to Andrew Emrich by including a signed RFQ (DD 1449) and demonstrating their capabilities, availability of supplies, and employee qualifications, as partial quotes will not be accepted.
    Intrusion Detection Service/Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small business contractors to provide continuous monitoring and maintenance services for 33 Intrusion Detection Systems (IDS) and related alarm systems at 27 Naval Operational Support Centers in the Navy Region Southeast. The procurement aims to ensure the functionality and security of these critical systems, which include alarm notifications, inspections, and repair services, with a baseline contract value of $25,000 per performance period. This opportunity is set aside for small businesses, with a Request for Quotation (RFQ) expected to be issued around September 20, 2024, and interested parties must submit their capabilities by September 17, 2024, to the primary contact, Quentin Keaton, at quentin.l.keaton.civ@us.navy.mil.