J--BOST - ACCESS CONTROL SYS. MAINT & REPAI
ID: 140P4324Q0055Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of the Interior, specifically the National Park Service, is seeking contractors for maintenance and repair services of the Physical Access Control System (PACS) at the Charlestown Navy Yard and Bunker Hill Monument. The procurement aims to ensure the optimal functioning of security systems through comprehensive services, including routine maintenance, emergency repairs, and software management, with a contract period from September 9, 2024, to March 31, 2025. This initiative is crucial for maintaining security and operational efficiency at national park sites, reflecting the government's commitment to preserving historical integrity while ensuring public safety. Interested contractors must submit their quotes by September 13, 2024, to Capreece Dunklin at capreece_dunklin@contractor.nps.gov, following all specified guidelines and acknowledging amendments to the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of clauses and provisions applicable to government contracts, particularly in compliance with the Federal Acquisition Supply Chain Security Act (FASCSA). It includes definitions, prohibited actions, and reporting requirements for contractors regarding covered articles and sources as outlined by FASCSA orders. Key clauses emphasize the responsibility of contractors to avoid utilizing prohibited products or services and enforce rigorous supply chain oversight during the contract performance phase. Additionally, it details the procedures for waivers of these prohibitions and mandates regular reviews of pertinent orders via the System for Award Management (SAM). The emphasis on compliance with anti-kickback and ethical conduct standards, as well as provisions to protect small businesses, underscores the government’s commitment to integrity and fairness in procurement. Overall, this document serves as a comprehensive guide for contractors to navigate federal contracting regulations, ensuring adherence to ethical practices and national security measures while promoting the utilization of small businesses.
    The document outlines critical clauses and provisions related to federal contracts, specifically focusing on compliance with the Federal Acquisition Supply Chain Security Act (FASCSA). It emphasizes the definitions and prohibition against using covered articles or services that may be restricted under FASCSA orders, which are issued to safeguard national security. The clauses detail the responsibilities of contractors in conducting reasonable inquiries regarding the origin of products and ensuring compliance with reporting requirements. Significant elements include the identification of covered articles, the necessity for contractor disclosure if noncompliant, and stipulations involving subcontractors. The document reflects the broader context of government RFPs and grants by enforcing governance measures aimed at promoting ethical contractor conduct while safeguarding the integrity of federal supply chains, especially concerning sensitive information technology and national security systems. This approach reinforces the government's commitment to maintaining robust security and ethical standards in procurement processes.
    The Boston National Historical Park is seeking a contractor for the maintenance and repair of the Physical Access Control System (PACS) across several historic sites, including the Charlestown Navy Yard and Bunker Hill Monument. The contractor is responsible for comprehensive services, including routine maintenance, network hardware and software management, preventive and corrective maintenance actions, and service call responses. Key responsibilities involve bi-annual inspections, equipment cleaning, and immediate repair of defects. The contractor must provide 24/7 service call support, ensuring quick response times to technical issues. Additionally, they must manage software updates, respond to incidents of vandalism, and maintain compliance with manufacturers' specifications for ongoing service support. The contract demands certified personnel and detailed reporting on operational status and repair estimates. Overall, the document outlines the necessary procedures and expectations for ensuring the optimal functioning of security systems at national park sites, reinforcing the government's focus on preserving historical integrity while ensuring public safety.
    The document outlines the scope of work for the maintenance and repair of the Physical Access Control System (PACS) at various sites within the Boston National Historical Park and surrounding areas. The contractor will undertake comprehensive services, including routine maintenance, preventive and corrective actions, software updates, and emergency repairs, ensuring the PACS functions efficiently per manufacturer specifications. Key tasks include bi-annual inspections, system adjustments, and 24/7 service response for troubleshooting. The contractor is required to manage network infrastructure, provide technical support, and perform necessary repairs while documenting all incidents, especially regarding vandalism or accidental damage. Furthermore, personnel must possess specific certifications, and a detailed inventory of PACS components at designated facilities is outlined. This initiative emphasizes the NPS's commitment to security and operational integrity across historical sites.
    The document concerns an amendment to solicitation ID 140P4324Q0055 related to maintenance and repair services for the Physical Access Control System (PACS) at the Charlestown Navy Yard. It outlines requirements for acknowledgment of amendments by contractors, detailing submission methods, such as returning signed copies or communicating electronically. The amendment modifies the terms set forth, establishing a period of performance from July 25, 2024, to March 31, 2025. Key personnel are identified, including the Contracting Officer Representative (COR) and Contract Specialist (CS) for support. The document incorporates various Federal Acquisition Regulation (FAR) clauses covering topics like definitions, compliance, and procurement standards, particularly focusing on controlling contractors' eligibility based on adherence to federal security orders. This amendment emphasizes the importance of contractor accountability and regulatory compliance in federal contracts, ultimately facilitating improved security and operational efficiency at the site.
    The document outlines an amendment to a solicitation (140P4324Q0055) for maintenance and repair services for the Physical Access Control System (PACS) at the Charlestown Navy Yard, Bunker Hill Monument. The amendment specifies the requirements for acknowledging receipt of the amendment to ensure that offers are properly submitted by the stipulated deadline of August 14, 2024, at 2:00 P.M. ET. All submissions must be emailed to Capreece Dunklin, who is the primary point of contact for any queries. The contract period is noted to extend from July 25, 2024, to March 31, 2025. Additionally, it mentions that any changes to previously submitted offers must reference the solicitation and amendment numbers and be submitted prior to the opening date. This amendment demonstrates compliance with federal contracting protocols and highlights the importance of timely communication and documentation in government procurements.
    The document outlines an amendment to solicitation number 140P4324Q0055, detailing requirements for maintenance and repair services for the Physical Access Control System (PACS) at the Charlestown Navy Yard, Bunker Hill Monument. This amendment highlights that offers must acknowledge receipt of the amendment prior to the specified deadline to be considered valid. The deadline for submitting quotes is set for August 30, 2024, by 5:00 P.M. ET, and quotes should be emailed to Capreece Dunklin. The period of performance for this project is from September 9, 2024, to March 31, 2025. The amendment ensures that contractors provide documentation, monitoring, and reporting regarding equipment activity and necessary services. Any inquiries about the solicitation should be directed to designated officials via provided email addresses. This amendment is critical for maintaining security and operational efficiency at the site.
    The document details an amendment to solicitation number 140P4324Q0055, relevant to a project providing maintenance and repair services for the Physical Access Control System (PACS) at the Charlestown Navy Yard, Boston. The amendment specifies that offers must acknowledge the receipt prior to the established deadline to avoid rejection. A site visit is scheduled for September 10, 2024, with quotes due by September 13, 2024, at 4:00 PM ET to Capreece Dunklin. The project is expected to span from September 9, 2024, to March 31, 2025. The document outlines procedures for documentation and communication regarding changes to offers, emphasizing the importance of references to the solicitation and amendment numbers in all correspondence. This amendment is crucial for contractors interested in providing services for government facilities, ensuring compliance with procurement regulations and facilitating a structured bidding process.
    The document outlines a Request for Quotations (RFQ) for maintenance and repair services related to the Physical Access Control System (PACS) at the Boston National Historical Park. The scope includes preventive maintenance, service call responses, and modifications to PACS components, with a defined period of performance from July 25, 2024, to March 31, 2025. The contractor is responsible for routine maintenance adhering to manufacturer guidelines, including cleaning, functionality checks, and network support. Additionally, the contractor must maintain current software licensing and manage emergency service calls 24/7. Specific line items detail bi-annual maintenance services, service call responses, and a three-year software license for CCURE9000. The RFQ emphasizes the need for certified key personnel to ensure compliance and efficient service delivery. Essential equipment, such as servers and controllers associated with PACS, is listed. This RFQ highlights the federal government's commitment to maintaining security systems in national parks while reinforcing operational efficiency and compliance with standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    7J--Harpers Ferry Security System/Door Badging System
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the upgrade of the Harpers Ferry Security System and Door Badging System. The objective is to replace outdated physical security access control systems at the Harpers Ferry Center and its Willow Springs facility with a modern, comprehensive solution that meets federal standards, including encrypted communications and compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing security measures at the park, ensuring the protection of natural and cultural heritage. Interested contractors must submit their proposals by September 18, 2024, and are encouraged to contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
    Z--REPLACE FENCING, CARTER BARRON FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jasonburdett@nps.gov or call 501-762-9517.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    D1 Intercom Remediation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide intercom remediation services at the U.S. Park Police Central District Station. The project involves replacing and repairing the existing intercom system to restore its full functionality, ensuring compliance with safety and electrical standards, and providing a three-year warranty on parts and labor. This procurement is crucial for enhancing communication capabilities within law enforcement facilities, thereby supporting operational security. Interested vendors must attend a mandatory site visit on September 16, 2024, with attendance confirmation required by September 12, 2024. For further inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of the Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with an estimated construction cost exceeding $10 million and proposals due by October 4, 2024.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    Z--CACO ROAD STRIPING
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is soliciting proposals for road striping services at Cape Cod National Seashore in Wellfleet, Massachusetts. The project aims to enhance visibility through the painting and striping of roads, requiring contractors to provide all necessary labor, materials, and equipment while adhering to local, state, and federal regulations. This initiative is crucial for maintaining public safety and accessibility in national parks. The estimated contract value ranges from $100,000 to $250,000, with proposals due by September 17, 2024, and project performance expected between September 30, 2024, and May 30, 2025. Interested contractors can contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145 for further information.
    Request For Bids - National Parks of Boston - Charlestown Navy Yard Food Truck Locations
    Active
    Interior, Department Of The
    Solicitation from the Department of the Interior, National Park Service, is requesting bids for the lease of two food truck locations in the Charlestown Navy Yard at Boston National Historical Park. The lease spaces are approximately 10' by 30' each and are suitable for mobile food and beverage vending. Bidders are encouraged to inspect the site locations before submitting bids. The lease terms are up to one year, with a lease expiration date no later than April 30, 2025. Lessees will be authorized to use the leased premises on certain days of the week and during specific hours of the day. Utilities such as water hook-ups, drainage, and electricity are not provided, and lessees will be responsible for providing their own water and using gas or propane generators for mobile operations.