COMPREHENSIVE BUILDING SECURITY SYSTEM
ID: ACQR6103079Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

REPAIR OR ALTERATION OF MUSEUMS AND EXHIBITION BUILDINGS (Z2JA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking small business firms capable of installing a comprehensive building security system at Naval Station Great Lakes in Illinois. The project aims to enhance facility security through the installation of various features, including access control, surveillance cameras, intrusion detection, and alarm systems, along with the construction of a new server closet for the necessary equipment. This sources sought notice is part of a market research effort to determine potential offerors and assess whether the requirement will be set aside for small businesses, with responses due by March 31, 2025, at 14:00 PM local time. Interested parties should submit the required Contractor Information Form and, if applicable, the Project Information Form electronically to Chris Knuth at christopher.r.knuth.civ@us.navy.mil.

    Files
    Title
    Posted
    The SOURCES SOUGHT – CONTRACTOR INFORMATION FORM is utilized for potential contractors to provide essential company information in response to a federal procurement opportunity. The form requests contractor details such as the Unique Entity Identifier (UEI), CAGE code, firm name, address, and contact information for a point of contact (POC). It includes categorization for business types, allowing contractors to specify their qualifications under various small business designations such as SBA certified 8(a), HUBZone, or veteran-owned statuses. The form also requires contractors to indicate their bonding capacity, including the surety name and maximum bonding amounts for individual projects and aggregate projects. Additionally, there is space for providing supplementary information to clarify any of the requested details. The structured format ensures compliance and standardizes the submission of critical contractor information to aid government agencies in evaluating potential partners for federal grants and RFPs. Overall, the document facilitates the government’s assessment of contractor qualifications in pursuit of acquiring services or goods.
    The document is a "Sources Sought – Project Information Form" utilized for federal and local government RFPs, aimed at gathering relevant project experience from contractors. Each contractor is required to complete one form per project and can submit up to five projects, limited to two pages each. The form requests detailed project information such as the contractor's name, contract number, project title, award date, and completion date, along with data on project type—encompassing new construction, repair, or renovation. Additionally, it asks for customer information, the contractor's role (prime or subcontractor), type of contract (design-build or design-bid-build), and self-performance details. A section is dedicated to a comprehensive project description and percentage of work completed by the firm itself. The structure supports systematic reporting and assessment, facilitating better evaluation of contractor capabilities for future government engagements. Ultimately, the form serves as a foundational document for government entities seeking qualified contractors with demonstrated project experience, aligning with the broader objectives of effective contracting and resource allocation in federal and state projects.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Housing Access & Door Locking System
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    Ethernet Dedicated Internet Services
    Buyer not available
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is soliciting quotes for Ethernet Dedicated Internet (EDI) services for its Resident Agency located in Great Lakes, Illinois. The procurement involves the installation of a dedicated commercial circuit, Ethernet hard lines, WIFI for approved areas, and coaxial connections for base broadcast alerts, with a requirement for full installation and ongoing support over a five-year period. This service is critical for ensuring reliable internet access and communication capabilities within the restricted base environment, necessitating vendor compliance with US Navy Facilities (NAVFAC) standards and rapid emergency response protocols. Quotes are due by December 15, 2025, at 10:00 AM EST, and interested vendors must provide company information, including CAGE Code, UEI, TIN, and a completed Schedule of Supplies and Services, with the award based on the Lowest Price Technically Acceptable (LPTA) criteria. For further inquiries, vendors may contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards, while providing all necessary labor, materials, and supervision. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE SERVICES FOR NAVAL STATION GREAT LAKES, IL, CAPTAIN JAMES A LOVELL FEDERAL HEALTH CARE CENTER (FHCC) FACILITIES AND OTHER AREAS OF RESPONSIBILITY (AOR).
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking proposals for Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois, and the Captain James A. Lovell Federal Health Care Center. The contractor will be responsible for providing labor, management, tools, materials, and maintenance services, including diagnostic, troubleshooting, repair, alteration, demolition, and minor construction of VTE and Direct Digital Control (DDC) systems. This procurement is crucial for ensuring the safe and efficient operation of vertical transportation systems within government facilities, emphasizing the importance of regular maintenance and compliance with safety standards. Proposals are due by December 9, 2025, at 2:00 PM EST, and interested parties should contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.c.roberts4.civ@us.navy.mil for further information.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    Site security services
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is seeking to modify an existing contract for site security services in Naples, Italy. The modification will include additional periods of performance for Construction Site Technician Leads (CST-Ls), Cleared American Guards (CAGs), and Construction Site Technicians (CSTs), with an estimated contract value of approximately $2.4 million. These specialized security services are critical for maintaining safety and operational integrity at construction sites in an overseas environment, necessitating a single-source procurement due to the unique requirements and urgency of the services. Interested parties may submit capability statements or proposals for market research purposes, and inquiries can be directed to Benjamin Hardy at benjamin.n.hardy.civ@us.navy.mil or by phone at 390815683979.
    Installation Fiber Optics Networking Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Buyer not available
    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.