Security Systems Maintenance
ID: fy25r3101012Type: Special Notice
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The International Boundary and Water Commission (US-Mexico) is seeking a contractor for the maintenance and repair of security systems at its facilities in the Upper Rio Grande Valley, Texas. The procurement specifically requires services for the CCURE 9000 Security Management System, including the provision of loaner equipment, rapid response to service calls within four hours, and annual inspections to ensure operational efficiency and compliance. This initiative is critical for maintaining security at sensitive locations, emphasizing the importance of swift action to uphold security standards. Interested parties should contact Adrian Knights at adrian.knights@ibwc.gov or call 915-832-4794 for further details regarding this sole-source procurement opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a justification for a sole-source procurement request directed at securing maintenance services for security systems at the Lower Rio Grande Valley (LRGV) facilities. The request cites Pyrocom as the only vendor capable of providing the necessary maintenance support within a stringent four-hour response window, crucial for maintaining security at sensitive locations. The urgency stems from the failure of non-local vendors to meet this requirement due to their travel time, which poses security risks. The rationale includes Pyrocom's unique ability to handle specific equipment like the CCURE 9000 system, along with the completion of market research indicating other options were inadequate. The requestor, Adrian Knights, and the contracting officer, Benjamin Roche Jr., certified the accuracy of the information provided. The document emphasizes the necessity of swift action to uphold security standards, showcasing the government’s adherence to regulatory guidelines surrounding acquisitions.
    The document outlines a Statement of Work (SOW) for the maintenance, repair, and replacement of security systems at three Upper Rio Grande Valley facilities managed by the United States Section of the International Boundary and Water Commission (USIBWC). The primary responsibility of the contractor includes coordinating with the Security Services Division (SSD) to ensure continuous operation and updating of security equipment, primarily the CCURE 9000 Security Management System. The contractor must be capable of providing loaner equipment, responding to service calls within four hours, and conducting annual inspections. The work is to be performed across the Carlos Marin Field Office, Las Cruces Field Office, and Zac Dominguez Field Office, with a detailed list of major security components provided, ranging from physical access control systems to network video recorders. This initiative supports the federal purpose of maintaining border security and infrastructure integrity, showcasing a commitment to operational efficiency and rapid response capabilities in safeguarding facilities. The contractor is tasked with ensuring compliance and functionality of essential security systems while remaining available for emergencies 24/7.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Replacement of Penstock #5 Hydraulic System
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified contractors for the replacement of the hydraulic system for Penstock 5. This procurement aims to enhance the operational efficiency and reliability of the hydraulic system, which is critical for the management of water resources along the US-Mexico border. The project falls under the NAICS code 237990, categorized as Other Heavy and Civil Engineering Construction, and is vital for maintaining infrastructure integrity in the region. Interested parties can reach out to Adrian Knights at adrian.knights@ibwc.gov or call 915-832-4794 for further details regarding the procurement process.
    WCF Microwave Intrusion Detection Upgrade
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is soliciting proposals for the upgrade of the Microwave Intrusion Detection system at its Western Currency Facility in Fort Worth, Texas. The project involves the removal of the existing analog sensors and the installation of a new high-security volumetric perimeter detection system across approximately 5,700 linear feet, covering 20 zones, with a focus on quality control and compliance with federal regulations. This upgrade is crucial for enhancing security measures at a sensitive government facility, ensuring that all work adheres to established performance standards and operational protocols. Interested small businesses must submit their proposals by March 4, 2025, and can direct inquiries to Ariel Dillon at ariel.dillon@bep.gov.
    J063--CCure Security Maintenance and Support Services Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for maintenance and support services of the C-CURE 9000 security systems at the VA Connecticut Healthcare System locations in West Haven and Newington. This procurement is necessitated by the requirement for proprietary services that can only be provided by Johnson Controls Inc. (JCI), the sole authorized dealer of the software, ensuring that critical security systems are maintained by factory-certified technicians. The contract is vital for upholding high security standards at VA facilities, and interested parties may express their interest and submit supporting documents to the Contracting Officer, Nathan Langone, by February 21, 2025, to determine if a competitive procurement process is warranted.
    N--ELECTRONIC SECURITY SYSTEM UPGRADE C58
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for an Electronic Security System Upgrade at the Wind River Agency Adult Detention Center in Fort Washakie, Wyoming. This project aims to enhance the facility's security infrastructure by installing modern systems, including CCTV, access control, intercoms, and duress alerts, with a budget estimated between $250,000 and $500,000. The upgrade is crucial for improving safety protocols and operational efficiency, reflecting the federal government's commitment to secure environments in detention facilities. Interested contractors must submit their quotes via email by February 26, 2025, and are encouraged to attend a site visit on February 12, 2025; for inquiries, contact Kathy Eder at Kathy.Eder@bia.gov or 406-247-7941.
    Work Reception, Computer Aided Design and Drafting (CADD), Geographic Information Systems (GIS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Work Reception, Computer-Aided Design and Drafting (CADD), and Geographic Information Systems (GIS) services at Fort Cavazos, Texas. The procurement is a continuation of an existing requirement, emphasizing the need for 24/7 operational support, quality control, and adherence to security protocols while delivering comprehensive administrative and technical services. This contract is crucial for maintaining effective infrastructure and operational integrity at military installations, ensuring reliable support systems for personnel and strategic operations. Interested parties can reach out to Imelda Perry at imelda.perry.civ@army.mil or Hoover Ryan at ryan.d.hoover.civ@army.mil for further information regarding this 8(a) set-aside opportunity.
    SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing surveillance capabilities by installing a network-based security camera system that includes three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor security and operational efficiency at the historic site, with a required delivery date for the installation set for April 1, 2025. Interested bidders must submit detailed quotations via email, demonstrating their capabilities and compliance with federal requirements, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    J--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, has issued a special notice of intent to award a sole source contract for security systems services. The procurement aims to address maintenance, repair, and rebuilding of alarm, signal, and security detection systems, which are critical for ensuring the safety and security of federal facilities and wildlife resources. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.
    RFI - MODULAR MOBILE SURVEILLANCE SYSTEM (M2S2)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research for a Modular Mobile Surveillance System (M2S2) as part of a Request for Information (RFI). The objective is to identify vendors with existing GSA Multiple Award Schedule Contracts capable of providing fully functional M2S2 units that enhance border security operations through advanced surveillance technologies, including detection, identification, classification, and tracking of potential threats. This initiative is crucial for improving situational awareness and operational effectiveness for the U.S. Border Patrol in preventing illegal activities along the borders. Interested vendors must submit their company data by February 21, 2025, and can direct inquiries to USBP PMOD M2S2 at USBPPMODM2S2@cbp.dhs.gov, noting that future RFP postings will depend on funding availability.
    NEIC UPS PREVENTATIVE MAINT.
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for the preventative and emergency maintenance of Liebert and APC uninterruptible power supply (UPS) systems at the Geologic Hazards Science Center in Golden, Colorado. The procurement aims to ensure the continuous operation of critical facilities, including the National Earthquake Information Center, by requiring contractors to provide all necessary materials, labor, and tools for biannual preventive maintenance and emergency repairs. This contract is vital for maintaining operational integrity and compliance with manufacturer standards, thereby minimizing downtime and ensuring adherence to safety regulations. Interested parties can contact Lisa Williams at ldwilliams@usgs.gov or by phone at 303-236-9327 for further details regarding the solicitation.
    Preventative Maintenance and Curative Repair Beckman Coulter PT Protection Service Base plus Four Option Years
    Buyer not available
    The Department of Homeland Security's U.S. Secret Service (USSS) is seeking proposals for a task order to provide preventative maintenance and curative repair services under the Beckman Coulter PT Protection Service Plan for three automated liquid handling systems. The procurement aims to ensure that these systems operate in compliance with International Organization for Standardization (ISO) standards, necessitating services from the original manufacturer due to the specialized nature of the equipment and parts. This contract will include a base year with four option years, starting in June 2025, and will prioritize technical capability and key personnel qualifications over price in the evaluation process. Interested contractors can reach out to Melissa Chabot at melissa.chabot@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.