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 for the G2 Building at the U.S. Army War College (USAWC) in Carlisle Barracks, Pennsylvania, for fiscal years 2025-2030. The procurement involves operational support for facility access control, visitor management, administration of electronic security systems, and emergency actions, with a focus on maintaining high security standards within military installations. Interested small businesses must submit their quotes by March 20, 2025, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, vendors 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.
    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
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance of Electronic Security Systems at Carlisle Barracks, Pennsylvania, under a Total Small Business Set-Aside. The procurement involves a non-personal services contract that requires the contractor to perform semi-annual preventive and corrective maintenance on Intrusion Detection and Electronic Security Systems, ensuring compliance with manufacturers' specifications and rapid emergency response to equipment failures. This contract underscores the importance of maintaining robust security measures within federal facilities to ensure operational readiness and safety. Interested vendors must submit their quotes by March 17, 2025, and are encouraged to contact Christine Cairo or William Byrne for further information regarding the solicitation and site visit scheduled for March 6, 2025.
    Army Career Center - Doylestown
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,958 usable square feet of commercial retail space near 99 Lantern Drive in Doylestown, Pennsylvania. The leased space must include a secondary egress and provide adequate parking for five government vehicles, both during the day and overnight, and must utilize a Government Lease. This procurement is crucial for supporting Army operations in the area, ensuring that the necessary facilities are available for personnel. Proposals are due by November 16, 2024, at 11:59 PM, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or by phone at 410-443-1164 for further details.
    Update Building Controlss in Penn Yan, NY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to update building controls in Penn Yan, NY. This procurement aims to enhance the functionality and efficiency of existing building systems, ensuring they meet current operational standards. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in maintaining and improving government facilities. Interested small businesses are encouraged to reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or call 609-562-2695 for further details, while Stephanie Howell is also available at stephanie.m.howell2.civ@army.mil or 609-562-5335. The solicitation is set aside for total small business participation, in accordance with FAR 19.5.
    U.S. Army War College Education Center (USAHEC) Library Management System
    Buyer not available
    The Department of Defense, through the U.S. Army War College, is seeking proposals for a Library Management System (LMS) to support the U.S. Army Heritage and Education Center (USAHEC). This procurement aims to implement a commercially available, customizable, cloud-based LMS that will enhance the management of library resources, including books, periodicals, and digital assets, while ensuring security compliance and facilitating user access across multiple locations. The initiative underscores the importance of advancing educational resources within military contexts and requires contractors to provide robust technical support, an efficient migration plan from legacy systems, and comprehensive training for library staff. Interested parties can contact Lori Swade at lori.a.swade.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil for further details, with the period of performance dates subject to change.
    65th SOS MGCS Security System Installation
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install and service a security system for the 65th Special Operations Squadron at Hurlburt Field, Florida. The project involves the installation of an alarm system for GCS Bay 7, including the integration of a new fiber line and a Protected Distribution System (PDS) alarmed conduit, with a total contract value of $25 million. This initiative underscores the importance of enhancing military operational security through updated technological infrastructure, while also promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez Hughes at melissa.perez-hughes@us.af.mil.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    Healthcare Linen Services for Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC), Carlisle Barracks, PA.
    Buyer not available
    The Department of Defense, through the U.S. Army Health Contracting Activity (USAHCA), is seeking qualified vendors to provide healthcare linen services for the Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC) located at Carlisle Barracks, Pennsylvania. The procurement aims to secure a non-personal service contract for the collection, cleaning, sanitization, and delivery of approximately 8,600 pounds of government-owned linen annually, ensuring compliance with infection control standards and relevant safety protocols. This service is critical for maintaining hygiene and operational efficiency within military healthcare facilities. Interested parties must submit their capabilities statements, not exceeding ten pages, by March 25, 2025, to the designated contacts, Cotrena Y. Brown-Johnson and Ricardo Cordero Cruz, via email, as this opportunity may lead to a small business set-aside or full and open competition.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    LWSC FY25 Cores, Keys, and Padlocks Purchase
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified vendors to procure CORMAX BEST 5 Series and 6 Series cores and keys, along with BEST Access Systems 11B padlocks for the Lake Washington Ship Canal in Seattle, Washington. This procurement aims to replace outdated locking systems with new equipment that meets specified operational and maintenance standards, ensuring enhanced security for government facilities. The contractor is expected to deliver the new equipment within 90 days of contract award, with all materials subject to inspection and acceptance criteria. Interested vendors must submit their quotations by March 13, 2025, and must be registered in the System for Award Management (SAM) to be eligible for the award. For further inquiries, vendors can contact Whitny Hart at whitny.hart@usace.army.mil or Alex R. Marcinkiewicz at alex.r.marcinkiewcz@usace.army.mil.
    The Parvus Corporation Ruggedized Computer Processing Subsystem Part number C8043-2D0-114
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a firm fixed price supply contract for the procurement of a Ruggedized Computer Processing Subsystem, identified as part number C8043-2D0-114, from The Parvus Corporation. This procurement is in accordance with drawing 13600792 and falls under the NAICS code 334111 for Electronic Computer Manufacturing, which is crucial for various military applications requiring robust computing solutions. The solicitation number W911N2-25-Q-0020 is expected to be released around March 13, 2025, with a closing date around March 23, 2025, and all interested suppliers must be registered in the System for Award Management (SAM) to submit proposals. For inquiries, interested parties can contact Megan Smith at megan.m.smith110.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil.