Notice of Intent to Sole Source - Scif Alarms
ID: 34300025P0010Type: Special Notice
Overview

Buyer

INTERNATIONAL TRADE COMMISSION, UNITED STATES (DUNS # 02-1877998)INTERNATIONAL TRADE COMMISSIONINTERNATIONAL TRADE COMMISSION, UNITED STATESWASHINGTON, DC, 20436, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

TECHNICAL REPRESENTATIVE- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (L063)
Timeline
    Description

    The U.S. International Trade Commission intends to award a sole source Purchase Order to SCIF Alarms LLC for the provision of alarm services at its Washington, D.C. facility. This procurement will establish two alarm accounts for specific rooms within the Office of Security and Support Services, requiring an exclusive network connection, signal, and software operations to meet the agency's security needs. The services are critical for maintaining the integrity of the Commission's security systems, as replacing the existing Intrusion Detection System is deemed cost prohibitive. The period of performance for this contract is set from April 1, 2025, to March 31, 2026. Interested parties may submit information to Alisha Hunt at Alisha.Hunt@usitc.gov within five days of this notice, although a solicitation will not be issued, and telephonic inquiries are discouraged.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided file appears to be an inaccessible document related to federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It contains a prompt indicating compatibility issues with the PDF viewer, suggesting the user upgrade Adobe Reader for proper display. The main topic of the original document likely revolves around government contracting opportunities and potential funding avenues available for various projects at federal, state, and local levels. Typical elements in such documents would include details about the scope of work, eligibility criteria, submission guidelines, funding amounts, and deadlines for proposals. The document likely serves as a resource for potential contractors and grant applicants to understand the requirements and opportunities presented by government entities. This summary emphasizes the significance of accessibility to RFPs and grants for organizations seeking government contracts while highlighting the essentialness of the document’s intended audience—contractors and grant seekers who require clarity on submission processes and funding opportunities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    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.
    Residential Modular SCIF
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    ALARM-MONITOR GROUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    Notification of the SEC’s intent to award a sole source purchase order for subscription to international public records
    Securities And Exchange Commission
    The Securities and Exchange Commission (SEC) intends to award a sole source purchase order for a subscription to comprehensive international public records coverage. This procurement aims to provide users with the capability to search for specific entities and individuals, allowing them to access their public records, which include both structured and unstructured data. The subscription is critical for enhancing the SEC's ability to conduct thorough investigations and maintain regulatory oversight. Interested parties can reach out to Jeremy Garrett at garrettj@sec.gov for further information regarding this opportunity.
    Integrated Traveler Initiative (ITI), continue of LBI services-P00003
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC). The modification is necessary as the current task order, which is set to expire on January 31, 2023, requires specialized IT management support services that only SAIC can provide due to the unique nature of the services. This initiative is critical for enhancing the efficiency and effectiveness of traveler processing at U.S. borders. Interested parties can reach out to Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov for further inquiries regarding this sole-source procurement.
    Notice of Sole Source
    Commerce, Department Of
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.