SOFTWARE INSTALLATION FOR THE GLOBAL FACILITY MANAGEMENT SYSTEM (GFMS) EKC SYSTEM AND REACTIVATION OF (2) SECURITY ASSET MANAGER (SAM) BY KEY SYSTEMS INC. FOR DLA DISTRIBUTION CHERRY POINT, NC (DDCN)
ID: SP330025Q0098Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 5:00 PM UTC
Description

The Defense Logistics Agency (DLA) is soliciting quotes for the installation and configuration of the Global Facility Management System (GFMS) EKC system and the reactivation of two Security Asset Manager (SAM) units at DLA Distribution Cherry Point, North Carolina. This procurement aims to establish a firm-fixed-price contract that includes technical services such as system installation, cybersecurity support, integration with existing systems, and ongoing maintenance. The initiative is crucial for modernizing the facility management and security systems, enhancing operational efficiency and safety standards within the DLA. Interested contractors must submit their proposals electronically by May 13, 2025, and are required to meet specific cybersecurity qualifications as outlined by the Department of Defense. For further inquiries, potential bidders can contact Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 3:06 PM UTC
The Performance Work Statement (PWS) outlines requirements for Electronic Key Control (EKC) support at DLA Distribution in Cherry Point, NC. The Defense Logistics Agency (DLA) oversees logistics support for the Military Departments and Combatant Commands, emphasizing the need for robust Electronic Security Systems (ESS) and EKC systems management. The contractor is tasked with project management, hardware and software installation, maintenance, sustainment, and cybersecurity compliance, including integration with existing security systems. Key tasks include project planning, procurement of new equipment, configuring systems, conducting operational testing, and providing incident management and maintenance support. The contractor will also develop a Sustainment Plan and a comprehensive transition plan for future providers, ensuring uninterrupted service delivery. Cybersecurity requirements are stringent, aligning with federal standards like FIPS and NIST, underscoring the importance of data protection and compliance with the National Defense Authorization Act (NDAA). Deliverables consist of documentation for cybersecurity risk assessment, operational procedures, and project progress reports to ensure adherence to government performance standards. This critical initiative aims to enhance the security infrastructure at DLA Distribution, focusing on effective management and continuous improvement of logistical operations and information protection.
Apr 21, 2025, 3:06 PM UTC
This document outlines Wage Determination No. 2015-5781 under the Service Contract Act (SCA) by the U.S. Department of Labor. It specifies minimum wage rates for service contracts in North Carolina's Craven, Jones, and Pamlico counties. Contractors awarded contracts after January 30, 2022, must pay covered workers at least $17.75 per hour, while contracts prior to this date are subject to a minimum rate of $13.30. The determination provides detailed wage rates for various occupations, including administrative, automotive, food service, health, and technical jobs, alongside fringe benefits such as health and welfare, paid sick leave, and vacation policies. Guidelines for contractors on conforming job classifications not explicitly listed in the determination are also included. Lastly, it emphasizes compliance with relevant executive orders regarding minimum wage and employee benefits, ensuring that workers are compensated appropriately and have access to necessary benefits. This document serves as critical guidance for federal contractors and supports compliance with labor laws and policies.
Apr 21, 2025, 3:06 PM UTC
The document outlines the procedures for acknowledging an amendment to a government solicitation. Offers must confirm receipt of this amendment before the specified deadline, either by completing designated items on the form, returning copies of the amendment, or via a written communication detailing the solicitation and amendment numbers. Failure to properly acknowledge may lead to rejection of the offer. It also details that changes to an existing offer due to the amendment can be submitted in writing before the deadline. The document discusses both amendment of solicitation and modification of contract orders, specifying the required actions and the information that needs to be included. Overall, it emphasizes compliance with procedural requirements to ensure valid submissions within government contracting and procurement processes.
Apr 21, 2025, 3:06 PM UTC
The Defense Logistics Agency (DLA) is soliciting quotes for the installation and configuration of the Global Facility Management System (GFMS) EKC system and the reactivation of two Security Asset Manager (SAM) units at DLA Distribution Cherry Point, NC. This request for quotation (RFQ) aims to establish a firm-fixed-price contract, emphasizing technical services that include system installation, cybersecurity support, integration with existing systems, and ongoing maintenance. Interested contractors must respond by May 13, 2025, and are required to possess specific cybersecurity qualifications as outlined by the Department of Defense. The procurement follows full and open competition guidelines, with no set-asides, under Product Service Code J063 (maintenance of alarm and security systems) and NAICS code 561621. The contract’s duration will encompass a one-year base period plus two optional one-year extensions, with pricing based on the lowest technically acceptable offers. Proposals should be submitted electronically, following formatting requirements for Controlled Unclassified Information. The DLA aims to modernize its facility management and security systems, reflecting a commitment to enhancing operational efficiency and safety standards.
Apr 21, 2025, 3:06 PM UTC
The document outlines essential questions and answers related to a federal Request for Proposals (RFP) concerning technical capabilities and past performance evaluations for contractors. Offerors are instructed to submit quotes covering installation and support services for a three-year period, with no restrictions on page length, font size, or graphics in their submissions. The government will evaluate past performance using SPRS or CPARS data, requiring no extra contract references from bidders. There are no set-asides, and firms with average annual revenues over $25 million in the NAICS 561621 category are eligible to bid. Additionally, contractors are responsible for procuring all necessary materials and equipment; two existing Security Asset Managers from Key Systems Inc. require reactivation and software updates, aiding bidders in estimating required costs. This RFP emphasizes transparency and clarity in the bidding process while highlighting the need for specific past performance records and firm eligibility based on revenue thresholds.
Similar Opportunities
DDWG - VLM Maintenance - SP3300-25-Q-0067
Buyer not available
The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance services for Vertical Lift Modules (VLMs) at its distribution center in Warner Robins, Georgia, under solicitation SP3300-25-Q-0067. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, with a total estimated value of $75,000, structured over a base year and four optional performance periods. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, ensuring compliance with federal regulations and enhancing logistics capabilities. Interested contractors must submit their quotes by April 16, 2025, and direct any inquiries to Michael French at michael.s.french@dla.mil.
Computer System
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of computer systems, aimed at fulfilling the needs of the Department of Defense. This request for proposals (RFP) invites both small and large businesses to provide commercial items, with a focus on compliance with military packaging and marking standards, as well as adherence to Federal Acquisition Regulation (FAR) guidelines. The procurement is critical for ensuring the availability of reliable IT and telecom services, specifically in the area of compute as a service for military operations. Interested vendors should contact Stacy M. Johnson at stacy.m.johnson@dla.mil or call 1-586-747-4511 for further details regarding submission requirements and deadlines.
7A21 - Parts and Logistics Management System
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking quotes for a Parts and Logistics Management System to support the Center for Security Forces (CENSECFOR). This procurement aims to establish a firm-fixed-price purchase order for a commercial software solution, with an anticipated coverage period of three 12-month base units and four options, plus a potential six-month extension. The selected system will play a crucial role in enhancing logistics and parts management capabilities within the Navy. Interested vendors must submit their quotes via email to the designated contacts by the specified deadline, with the required delivery date set for June 16, 2025. For further inquiries, Abbey Taylor and Jacob Gephart can be reached at their respective email addresses.
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
66--COMPUTER,FLIGHT CON
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of computer flight control systems. The contract will focus on the unique identification and valuation of items, with an emphasis on inspection of supplies under fixed-price terms, and adherence to various quality requirements and regulations. These systems are critical for ensuring the reliability and safety of aeronautical operations, particularly in military applications. Interested vendors can reach out to Kendra Dylan at 215-737-4766 or via email at DYLAN.KENDRA@DLA.MIL for further details, as no drawings are available for this Request for Quotation.
30--GEAR CLUSTER
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotes for the procurement of a GEAR CLUSTER, specifically NSN 3020011361470, with a total requirement of six units to be delivered to DLA Distribution Cherry Point. The procurement includes three lines: four units due within 201 days, one unit due within 60 days, and another unit due within 111 days. This mechanical power transmission equipment is critical for various defense applications, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with all submissions considered if received in a timely manner.
DLA Distribution Expeditionary Capabilities Contract (DECAP)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the DLA Distribution Expeditionary Capabilities Contract (DECAP), aimed at establishing a contractor workforce capable of rapid global deployment to support various distribution and disposition services. This contract will address urgent needs for military, humanitarian assistance, disaster relief, and other interagency support operations, requiring contractors to provide all necessary personnel, materials, and equipment for simultaneous task orders at multiple sites worldwide. The procurement will be conducted as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a two-year base ordering period and four optional two-year periods, under NAICS code 561210, with a size standard of $47 million. Interested parties should direct inquiries to Scott Lesh at scott.lesh@dla.mil or David R. Gilson Jr. at david.gilson@dla.mil, and all related documents will be available on the SAM.gov website.
25--INSTALLATION KIT,VE
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of an Installation Kit, VE, identified by NSN 2590017056440. The requirement includes a quantity of 2 units to be delivered to DLA Distribution San Joaquin within 98 days after order placement. This procurement is crucial for maintaining vehicular equipment components, which play a vital role in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
53--ARM DOG
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an ARM DOG (NSN 5340014851703) under a total small business set-aside. The requirement includes a quantity of one unit to be delivered to the Puget Sound Naval Shipyard within five days after the order date. This hardware item is critical for military applications, emphasizing the importance of reliable supply chains in defense operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
Gunner's Display
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting offers for a firm-fixed-price contract to procure 66 Gunner's Display units, identified by National Stock Number 7025-01-621-5510. The procurement includes specific requirements such as a first article test, compliance with military packaging and inspection standards, and adherence to updated clauses regarding subcontracting and technology prohibitions. This contract is crucial for maintaining operational readiness and ensuring the availability of reliable display units for defense applications. Interested parties must submit their offers by April 30, 2025, at 3:00 PM local time in Warren, MI, and can direct inquiries to Stephen Granch at Stephen.Granch@dla.mil or (586) 467-1244.