CCTV Maintenance Service, Eglin AFB
ID: FA282325Q3000Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for CCTV maintenance services at Eglin Air Force Base, Florida, under a total small business set-aside. The contract entails the maintenance of the Indigo Vision CCTV system for the 7th Special Forces Group (Airborne), requiring certified personnel to perform both scheduled and unscheduled maintenance, implement quality control measures, and provide regular maintenance reports. This procurement is critical for ensuring the operational integrity of surveillance systems, which play a vital role in security and monitoring at the base. Interested small businesses must submit their offers by 12:00 PM CST on March 14, 2025, and are encouraged to contact Rommel Angeles at rommel.angeles.2@us.af.mil or David Dos Santos at david.dos_santos.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines various clauses incorporated by reference and detailed clauses relevant to U.S. government contracts, particularly those involving the Department of Defense (DoD). Key topics include regulations for payment submission, item identification, and compliance with whistleblower protections, among others. Significant clauses address compensation of former DoD officials, acquisition restrictions regarding telecommunications equipment, and compliance with environmental regulations like the prohibition of hexavalent chromium. The document emphasizes the need for unique item identification for certain items and establishes requirements for the submission of cost or pricing data, ensuring price reasonableness. These provisions are part of the government's contractual framework intended to promote transparency, security, and compliance with federal laws and policies in acquisitions, reflecting the importance of standards and accountability in government contracts. The clarity in procedures and requirements ensures contractors are equipped to fulfill obligations effectively, while safeguarding governmental interests and maintaining operational integrity.
    The document outlines a Statement of Work (SOW) for a non-personnel services contract focused on the maintenance of a Closed Circuit Television (CCTV) system for the 7th Special Forces Group (Airborne) at Eglin Air Force Base, Florida, for a base period plus two option years. The contractor is responsible for scheduled and unscheduled maintenance of the Indigo Vision CCTV system, requiring certified personnel to ensure all equipment, including cameras and servers, remains fully operational. Quality control measures must be implemented, and the contractor must provide regular reports on maintenance activities. All services are to be delivered during specified hours, with the contractor expected to maintain a stable workforce and respond quickly to repair requests. Security protocols include supervising contractor personnel in restricted areas and safeguarding government property and sensitive information. The document emphasizes the importance of compliance with federal regulations and mandates clear communication and documentation practices throughout the contract's duration, ensuring effective monitoring of contractor performance and adherence to security requirements.
    The Pricing Schedule RFQ FA2823-25-Q-3000 outlines the costs associated with Closed Circuit Television (CCTV) services for a federal government procurement. The document includes a summary of pricing for various service items over a multi-year period, specifically detailing a Base Year and two subsequent Option Years. Currently, the annual costs listed for the services are marked as zero, indicating either that pricing has not yet been determined or that the costs will be defined at a later date. The summary suggests there are no financial commitments at this time, reflecting the preliminary stage of the procurement process for CCTV services. This document is crucial for establishing a budget and framework for future contracting associated with surveillance needs, ensuring compliance with government standards and transparency in spending.
    The document is an RFQ (Request for Quote) from Eglin Air Force Base, Florida, soliciting maintenance services for a Closed Circuit Television (CCTV) system, specifically the Indigo Vision brand. It details a 100% small business set-aside procurement under FAR regulations, establishing that only small businesses may submit offers. The contract will be awarded to the best value, responsible offeror meeting all solicitation requirements, with a firm fixed price structure and no advance payments. Offers must include a technical description for evaluation and be submitted by a deadline of 12:00pm CST on March 14, 2025. The RFQ includes a pricing schedule with three Contract Line Item Numbers (CLINs) for the base year and two option years. Vendors must be registered in the System for Award Management (SAM) to be considered for the award. A site visit is scheduled prior to the deadline, and all inquiries must be submitted by specific dates. The government stresses that unsuccessful offerors will not be compensated for their submissions, highlighting the competitive nature of the solicitation. This RFQ emphasizes the need for precise compliance with technical and regulatory criteria, ensuring optimal service quality at the best price.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CCTV MAINTENANCE AND SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.
    4K Security Camera System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a 4K Security Camera System to be installed at Beale Air Force Base in California. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at enhancing security measures and operational efficiency by providing advanced surveillance capabilities for tool accountability and personnel identification. The system will include eight indoor cameras with high-resolution recording and extensive storage capabilities, addressing current inadequacies in the existing visual monitoring setup. Interested vendors must submit their quotes by noon PST on March 18, 2025, and can direct inquiries to David Wadkins at david.wadkins@us.af.mil or SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil.
    ATC & SCIF Cameras
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of Access Control (ATC) and Sensitive Compartmented Information Facility (SCIF) cameras at Moody Air Force Base in Georgia. The project involves the installation of hardwired closed-circuit television (CCTV) systems in two buildings, with specific requirements for camera placements, monitoring capabilities, and a five-year warranty on all components. This initiative underscores the federal government's commitment to enhancing security measures at military installations, ensuring compliance with security protocols and operational continuity during installation. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details, and a site visit is scheduled for February 28, 2025, to facilitate the bidding process.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide IT equipment under Solicitation Number FA2823-25-Q-A010. The procurement aims to acquire multi-purpose electronic devices, including display, audio, and video equipment, to enhance technological capabilities at Eglin Air Force Base, Florida, while adhering to federal standards such as Information Assurance protocols and Energy Star guidelines. This initiative emphasizes the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications, with a firm-fixed price purchase order expected to be awarded based on best value criteria, including technical capability and past performance. Interested vendors must register in the System for Award Management (SAM) and submit their proposals, ensuring delivery within 60 days of order receipt, with any delays promptly communicated. For further inquiries, potential offerors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
    Presolictation Notice - Eglin Operations and Maintenance Services (EOMS) IIs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operation and maintenance support at Eglin Air Force Base in Florida. The procurement encompasses a wide range of services, including labor for the Eglin Range and Army Training Ranges, technical directives, and travel expenses, all governed by the Performance Work Statement (PWS) and federal acquisition regulations. This contract is critical for maintaining and enhancing military training and operational capabilities, ensuring mission readiness through effective resource management and compliance with safety standards. Interested contractors should direct inquiries to Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    Dining Maintenance Services (Quarterly maintenance and acute on call repair services to include parts and labor)
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking a contractor to provide Dining Maintenance Services at the 96th Medical Group on Eglin Air Force Base in Florida. The procurement involves comprehensive maintenance services for commercial kitchen equipment, including quarterly preventive maintenance and 24/7 on-call repair services, adhering to standards set by OSHA, JCAHCO, and FDA regulations. This initiative is crucial for ensuring the operational efficiency and safety of food service operations within a healthcare setting. Interested parties capable of fulfilling these requirements must submit documentation of their capabilities by March 10, 2025, to Ashley Blair at christina.blair.3@us.af.mil, with the contract expected to commence on April 1, 2025, and extend through September 30, 2027.
    Full Phone Service Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for full phone services at Eglin Air Force Base in Florida. The procurement involves providing comprehensive telecommunications services, including voice and data services, SIP trunking, and managed services, with a focus on maintaining network security and service continuity. This contract will span a base year and four option years, from January 22, 2025, to September 30, 2029, with the aim of securing the best value based on technically acceptable quotes at the lowest price. Interested vendors must submit their proposals by 12:00 PM CST on March 5, 2025, and can contact Rommel Angeles at rommel.angeles.2@us.af.mil or Paul L. Brinckhaus at paul.brinckhaus@us.af.mil for further information.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Cisco Board Pro 55 System and related equipment to enhance secure video teleconferencing capabilities at Nellis Air Force Base, Nevada. The project involves the installation of a mobile SIPRNet Video Teleconference system in a briefing room, requiring specific Cisco products to ensure compatibility with existing communication infrastructure. This procurement is critical for maintaining operational readiness during joint exercises and briefings, emphasizing the importance of high-definition secure communication standards. Interested small businesses must submit their proposals electronically by March 4, 2025, and are encouraged to contact Avery Irwin at avery.irwin@us.af.mil or 702-652-8458 for further information.
    Building Access and Surveillance System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance of building access and surveillance systems at Joint Base Elmendorf Richardson (JBER) in Alaska. The contractor will be responsible for providing all necessary labor, materials, and equipment to inspect and repair these systems, which include preventive maintenance, annual inspections, software updates, and accurate inventory management. This maintenance contract is crucial for ensuring the uninterrupted operation of essential security systems at JBER facilities, emphasizing accountability and timely communication. Interested parties can contact Joseph Ford at joseph.ford.21@us.af.mil or 907-552-8203, or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil or 907-552-5587 for further details.
    AT/FP Flightline Camera
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is planning to award a sole source contract for the procurement of an AT/FP Flightline Camera system to Prometheus Security Group, Inc. This contract will include a Long Range PTZ infrared 640 30/90MM Defend-IR Camera system, along with essential components such as a video encoder and necessary licenses, due to the urgency and compatibility with existing systems at Fort Johnson, Louisiana. The procurement is critical for maintaining security operations, as Prometheus Security Group is the sole provider of the required technology linked to the current VICADS system at the base. Interested firms are encouraged to submit letters demonstrating their capability to compete, and inquiries can be directed to SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or 318-456-9725, or SrA Alisia Davis at alisia.davis@us.af.mil or 318-456-9766.