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
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    Z--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 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 proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    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.
    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.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    J--WAPA HVAC PMI
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide inspection and preventative maintenance services for HVAC systems at the War in the Pacific National Historical Park in Guam. The procurement includes base year services for inspections, testing, and minor repairs, with a contract period from September 23, 2024, to September 22, 2025, and potential option years extending through 2029. This initiative is crucial for maintaining the operational efficiency of critical infrastructure within the park, ensuring compliance with federal regulations and the Service Contract Act wage determination for Guam. Interested parties must submit their quotes via email by September 23, 2024, and can reach out to Edward Cortez at edwardcortez@nps.gov for further inquiries.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.