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
    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 July 23, 2025, and are encouraged to contact Brian Keckler at brian.keckler@dla.mil or 717-770-8418 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    This government document outlines the procedures for acknowledging an amendment to a solicitation or contract modification. Offers must acknowledge receipt of the amendment before the specified deadline to avoid rejection. Acknowledgment can be made by completing specific items on the form, returning separate letters or telegrams, or signing the document. The amendment includes critical information such as the Contract ID, effective date, and the project number, if applicable. Notably, it extends the submission deadline for offers until June 10, 2025, at 1:00 PM Eastern Standard Time. It emphasizes that, aside from the changes outlined, all previous terms and conditions of the addressed documentation remain unchanged and enforceable. The document concludes by specifying the issuing office and contact information for further inquiries. Overall, this amendments notice is a vital communication to ensure compliance with updated federal solicitation processes and timelines.
    This document serves as an amendment to a federal solicitation, detailing critical instructions on how offers must acknowledge receipt of the amendment. Contractors are required to submit acknowledgment through specific methods, including completing designated items on the form or via a separate communication that references the solicitation and amendment numbers. Failure to comply may result in offer rejection. The amendment specifies an extension of the deadline for submission of quotes to June 24, 2025, at 1:00 PM Eastern Standard Time. It includes a structured format for contractors to follow, providing sections related to contract identification, modification details, and the responsibilities of both contractors and contracting officers. Furthermore, it emphasizes that other terms and conditions remain unchanged, ensuring clarity regarding the document's intent amidst modifications. This amendment is essential for maintaining proper communication and compliance in the procurement process within federal contracting procedures.
    This document serves as an amendment to a government solicitation and outlines the procedures for acknowledging the amendment and submitting offers. It emphasizes that offers must acknowledge receipt of the amendment by specific methods, such as completing designated items or providing a separate letter. Failure to adhere to these acknowledgment requirements may result in rejection of the submitted offer. The document also addresses how to modify an existing offer if changes are necessary, stressing the importance of referencing the solicitation and amendment numbers in any correspondence. Moreover, it includes administrative details regarding identification codes, effective dates, and the contact information of the issuing office. The amended deadline for submitting quotes is extended to July 9, 2025, at 1:00 PM EST. This document is crucial for bidders to ensure compliance with procedural requirements in the federal procurement process, aiming to streamline submissions and modifications related to solicitations.
    This government document outlines the requirements for the acknowledgment of an amendment related to a solicitation or contract modification. It stipulates that offers must confirm the receipt of this amendment before the specified deadline via designated methods, including completing certain document items or sending a separate communication referencing the relevant solicitation numbers. The deadline for submitting quotes is extended to July 17, 2025, at 1:00 PM Eastern Standard Time. The document also includes administrative information such as contract ID codes, project numbers, and the roles of the contracting officer and contractor. It emphasizes that all other terms and conditions remain unchanged unless explicitly stated. The purpose of this document is to ensure compliance with the amendment process, providing guidance on how changes can be submitted and the implications of failing to acknowledge the amendment correctly. The document is crucial for maintaining clarity and order within the procurement process.
    This government document outlines the requirements for acknowledging amendments related to a solicitation or contract modification. Offers must be submitted either through specific completed forms or by separate correspondence referencing the relevant solicitation and amendment numbers. The document stresses the importance of timely acknowledgment; failure to meet the acknowledgment deadline could result in the rejection of offers. It also provides details regarding the modification of contracts, including administrative changes, and affirms that, barring specified amendments, all other terms of the original document remain unchanged. The solicitation's deadline for quotes has been extended to July 23, 2025, at 1:00 PM Eastern Standard Time. This amendment procedural documentation is crucial for ensuring that contractors follow proper submission protocols and maintain compliance with federal regulations during the bidding process.
    This document outlines the procedures for acknowledging amendments to federal solicitations and modifications to contracts. Offers must acknowledge receipt of amendments by specified methods before the deadline, with failure to do so potentially resulting in rejection. The document includes instructions for contractors to submit changes to previously submitted offers via telegram or letter, referencing the pertinent solicitation and amendment numbers. The amendment section indicates whether the receipt deadline for offers has been extended. It outlines the need for documentation related to contract modifications, specifying changes under various authorities, while affirming that all other terms remain unchanged. A point of contact for further inquiries is provided, emphasizing the organizational context of the amendment within federal procurement processes. Overall, these guidelines facilitate compliance and ensure clarity in the submission and modification of offers in response to government solicitations.
    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.
    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.
    The document pertains to a government Request for Proposal (RFP) focusing on the Performance Work Statement (PWS) for an upgrade project related to security asset management at DLA Cherry Point. Key clarifications sought include confirmation of two specific Security Asset Manager (SAM) boxes covered under the solicitation, integration specifications between the existing systems, and requirements for equipment and support services to be provided by contractors. The document also addresses concerns about power supply and communication for payment locations, along with the provision of necessary software and licensing without hardware. DLA confirms several points, including the exclusion of daily operational support, the lack of available baseline deliverables, and the assurance that minimal equipment will be involved for system upgrades. Overall, the file centers on aligning contractor responsibilities with government expectations and clarifying scope limitations within the project.
    Similar Opportunities
    Global Distribution Expeditionary Contract
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing DLA Distribution Contract SP3300-21-D-5002 on a sole source basis to Olgoonik Federal, LLC. This modification aims to increase the contract ceiling to accommodate labor support for workload surges, unforeseen/unplanned workload, contingency operations, and special projects, as the current contract has been exceeding the anticipated spending rate. The services provided under this contract are critical for ensuring DLA's ability to respond promptly to unplanned requirements, thereby supporting its mission and that of its customers. For further inquiries, interested parties can contact Scott Lesh at scott.lesh@dla.mil or by phone at 717-770-4245; please note that this is not a solicitation for proposals or bids.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    34--ENGRAVING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two engraving systems, identified by NSN 3417015526525. The requirement includes delivery to DLA Distribution San Diego within 156 days after order, with the approved source being 1GCR7 VLS3.60DT50. These engraving systems are critical for metalworking applications, ensuring precision and efficiency in military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    29--AIR DISTRIBUTOR,STA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Air Distributor, NSN 2990123808818. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these components in supporting 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.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    25--INSTALLATION KIT,VE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of an Installation Kit, VE, under the presolicitation notice. This requirement includes a total quantity of 123 kits, with a delivery timeline of 325 days, and is set aside for small businesses, emphasizing the importance of timely and quality delivery in the evaluation process. The goods are specifically manufactured for military use, highlighting their critical role in defense operations. Interested suppliers should submit their proposals via the DLA Internet Bid Board Site (DIBBS) or email Emily Castle at emily.mcknight@dla.mil, with the solicitation expected to be available on or about December 17, 2025.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    59--WORK STATION KIT,EL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 47 units of the Work Station Kit, Electrical (NSN 5920012504235). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for the specified items, which are critical components in electrical and electronic equipment manufacturing. The contract will have a term of one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 7 units and an estimated 9 orders per year, to be delivered to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    DLA Commercial Price List Market Research
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.