G2 Building Access Control
ID: W91QF025Q4006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-CARLISLE BARRACKSCARLISLE BARRACKS, PA, 17013-5072, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide access control services at the U.S. Army War College (USAWC) located in Carlisle Barracks, Pennsylvania. The procurement involves a firm fixed-price contract for operational support in facility access control, visitor control, administration of electronic security systems, and emergency actions over the fiscal years 2025-2030. This initiative is crucial for enhancing security measures within military installations, ensuring compliance with federal regulations, and maintaining a safe environment for personnel and visitors. Interested vendors must submit their quotes by March 20, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ashley Arensdorf at ashley.i.arensdorf.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.

    Files
    Title
    Posted
    This Request for Quote (RFQ) seeks to establish a firm fixed price contract for specified tasks outlined in the Performance Work Statement (PWS). The government retains the right to modify the PWS as necessary. Offerors must submit their proposals electronically to designated contacts, ensuring compliance with submission deadlines. The RFQ specifies that inquiries must be directed to the Contract Specialist by the set deadline, with no telephone inquiries allowed. Proposals are divided into three volumes: Volume 1 includes acknowledgment of RFQ modifications and certifications; Volume 2 focuses on the technical approach and requires three relevant examples of past performance; and Volume 3 comprises the price quote, which must be submitted separately from the other volumes. The total proposed price should cover all associated costs, and failure to adhere to the submission requirements may lead to disqualification. This RFQ exemplifies the structured nature of government procurement processes aimed at ensuring transparency and competitive pricing through detailed requirements for prospective contractors.
    The document outlines the evaluation criteria for offers submitted under a government Request for Quotation (RFQ) using Low Price Technically Acceptable (LPTA) procedures. It specifies three main evaluation factors: Technical, Past Performance, and Price. Technical evaluation assesses the contractor's understanding of tasks and qualifications per the Performance Work Statement (PWS). Past Performance evaluates a contractor's likelihood of fulfilling solicitation requirements based on prior similar work, focusing on relevancy, recency, and aspects such as business relations and customer satisfaction; contractors must submit three references from the past three years. Price, while not rated, will be analyzed for reasonableness, completeness, and potential risks associated with unbalanced pricing. The government will utilize price analysis techniques to confirm that proposed pricing aligns with competitive business standards. Overall, the document serves as a guideline for prospective contractors to understand how their submissions will be evaluated, emphasizing the importance of technical competence and proven performance in similar contracts while maintaining fiscal responsibility. This structure ensures a thorough assessment of offers, promoting a fair competitive environment in government procurement processes.
    Solicitation W91QF025Q4006 outlines requirements for building access control services for the US Army War College through a firm fixed-price contract, which excludes subcontracting. The document addresses various questions regarding personnel needs, specifically noting that security officers must have valid security clearances at contract award. Staffing requirements include one guard per shift for five posts, and while the specific attire is business casual as defined by PWS, lunch breaks cannot leave posts unmanned unless relief is provided. The incumbent contractor is New Age Protection, Inc., though past performance from both federal and state contracts is considered relevant for future bidders. Questions regarding pricing adjustments, drug testing, and labor hours emphasize that these factors are the responsibility of the contractors. The government does not cover travel expenses for outside personnel, and all necessary certifications and clearances must be acquired before contract execution. This document provides clarifications vital for potential bidders in understanding obligations and requirements essential for compliance and operational success in the contract.
    The document outlines a Request for Quotation (RFQ) for the G2 Building Access Control services at the U.S. Army War College (USAWC) in Carlisle Barracks, PA, for the fiscal years 2025-2030. Solicitation number W91QF025Q4006 is issued under FAR 13.5, with quotes due by March 20, 2025. Interested vendors must be registered in the System for Award Management (SAM) and must include specific certifications and representations with their quotes. The procurement aligns with the NAICS code 561612, indicating services related to security systems. Multiple option line items for continued access control support over the specified period are included. The document emphasizes compliance with various federal regulations and requirements related to security, telecommunications equipment, and other statutory clauses. Vendors have a clear timeline for submitting inquiries and must ensure all documentation is complete to avoid rejection. The RFQ underscores the importance of adherence to government contracting standards and outlines essential clauses and provisions governing the solicitation and potential contract award. This procurement demonstrates the federal commitment to enhancing security and operational capabilities within military installations.
    The Performance Work Statement (PWS) details a contract for non-personal services at the U.S. Army War College (USAWC), focusing on facilities access control and security. The contractor will provide services including visitor control, administration of surveillance systems, emergency actions, and information security, along with comprehensive quality control measures. The contract is set at Carlisle Barracks, PA, and mandates all personnel to have secret-level security clearances. Key deliverables include a Quality Control Plan and periodic training requirements for all contractor employees in areas like antiterrorism and information security. Specific operational standards focus on effective performance, underscored by a Quality Assurance Surveillance Plan (QASP) that evaluates the contractor’s adherence to the PWS guidelines. The document stresses maintaining an adequate workforce and specifies responsibilities related to physical security, including monitoring access, issuing identification, and conducting inspections. Essential personnel must communicate effectively with government representatives to ensure smooth contract implementation. Overall, the PWS outlines strict compliance and quality benchmarks, showcasing the government’s commitment to protecting its facilities and information securely.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES December 2023 and January 2024
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES for December 2023 and January 2024. This procurement is for services related to C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) opportunities. These services are typically used for enhancing the Army's capabilities in areas such as communication, information technology, and intelligence gathering. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    Solicitation W15QKN-26-Q-A025 - Snow and Ice Removal Services for Lancaster, PA in support of the 99th Readiness Division (RD)
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command - New Jersey, is soliciting proposals for Snow and Ice Removal Services at the LTC Mark P. Phelan Memorial United States Army Reserve Center in Lancaster, PA, in support of the 99th Readiness Division. The procurement aims to ensure safe and accessible facilities during winter conditions, highlighting the importance of timely and effective snow and ice management. Proposals must be submitted by 11:00 AM EST on December 23, 2025, with inquiries directed to Theodore Goutzioulis at the provided email or phone number, or to Stephanie M. Howell for additional assistance.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.