Johnson Controls ACS server rebuild
ID: N6426725Q4100Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking contractors for the rebuilding of the Lenel OnGuard Access Control System (ACS) database at Detachment Norco in California. The project requires the contractor to ensure the functionality of card readers, automated doors, and emergency lockdown buttons, which includes testing wiring, configuring access levels, and conducting a final performance check to meet government standards. This procurement is critical for maintaining secure access controls across various buildings, emphasizing the importance of compliance and thorough documentation throughout the project. Interested parties should contact Colin Dwyer at colin.dwyer.civ@us.navy.mil, with all work expected to be completed by February 28, 2025, and a one-year warranty on all work mandated.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the rebuilding of the Lenel OnGuard Access Control System (ACS) database at Detachment Norco by the Naval Surface Warfare Center (NSWC) Corona Division. The contractor must ensure the proper functionality of card readers, automated doors, and emergency lockdown buttons across various buildings. Key tasks include testing wiring, configuring access levels, and conducting a final performance check to validate the system's compliance with government requirements. All work is expected to be completed during regular business hours, with adherence to specified federal standards. Additionally, the contractor is responsible for obtaining necessary permits and licenses while ensuring that all aspects of the project are thoroughly documented. Marking, packing, and inspection procedures are detailed to guarantee proper handling and delivery of supplies, which must arrive by February 28, 2025. The contract also emphasizes the use of unique item identifiers for delivered items to support tracking and accountability. A one-year warranty on all work undertaken is mandated to ensure compliance post-installation, reflecting the government's commitment to maintaining secure access controls.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Door Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking a contractor for the replacement of the RF Shielded Chamber door operator in Building 1530. The selected contractor, Braden Shielding Systems, LLC, will be responsible for supplying all necessary materials, hardware, and labor to complete the project, which is expected to last six months. This procurement is critical for maintaining operational integrity and security within the facility, as the RF Shielded Chamber is essential for various defense-related activities. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882 for further information.
    Advantor Intrusion Detection System and Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking contractors for the installation of an Advantor Intrusion Detection System and Access Control System. This procurement aims to enhance security measures by implementing advanced alarm, signal, and security detection systems at a designated location in New Jersey. The selected contractor will play a crucial role in ensuring the safety and security of military assets through the installation of these systems. Interested parties can reach out to Mark Schnittman at mark.a.schnittman.civ@us.navy.mil for further details regarding the presolicitation notice.
    Door Access Control System Service/Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide service and maintenance for a Door Access Control System at the Natick facility in Massachusetts. The procurement aims to ensure the reliability and functionality of security systems, which are critical for safeguarding personnel and assets. This opportunity falls under the NAICS code 561621 for Security Systems Services and the PSC code J063 for maintenance and repair of alarm and security detection systems. Interested parties can reach out to Chris Welsh at richard.c.welsh2.civ@army.mil or call 508-206-2088 for further details.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. The project involves upgrading lock systems in 36 Bachelor Enlisted Quarters buildings, including the installation of new swipe locks and a comprehensive keying system with various master key levels, while ensuring compliance with ANSI/BHMA standards and incorporating RFID technology. This initiative is crucial for enhancing security and operational efficiency within military accommodations, with an estimated budget between $5 million and $10 million. Interested contractors must submit their proposals by March 13, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    Automatic Door Modification Service
    Buyer not available
    The Department of Defense, specifically the Naval Support Activity Crane, is seeking qualified contractors for the Automatic Door Modification Service project, which involves the procurement and installation of automatic door operators at Building 2036 in Crane, Indiana. The project aims to enhance accessibility in compliance with the Americans with Disabilities Act (ADA) and Equal Employment Opportunity (EEO) regulations, including necessary repairs to existing concrete structures and the installation of new automatic door controls on designated doors. This initiative underscores the federal government's commitment to improving infrastructure accessibility and safety within its facilities. The total award amount for this contract is approximately $47 million, with a target due date for offers set for February 17, 2025, and a required completion date of March 31, 2025. Interested parties can contact Kelly Kapanzhi or Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further information.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    J--Security System Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    DESIGN-BUILD NSWCPD PACKAGE 2 ? B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Design-Build NSWCPD Package 2, which includes critical repairs and upgrades at the Philadelphia Naval Yard Annex. The project encompasses emergency exit and egress pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is vital for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 10, 2025, with a site visit scheduled for February 20, 2025, and the contract completion expected within 400 calendar days post-award. Interested contractors can reach out to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    7 SFS Vindicator
    Buyer not available
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to provide and install a Honeywell Vindicator Intrusion Detection System for the Armory at Building 7232. The procurement involves a comprehensive installation, training, and maintenance of an Electronic Security System to enhance security for arms and munitions storage, structured in three phases: installation, training, and rigorous testing to ensure compliance with military standards. This initiative underscores the importance of advanced security systems in federal facilities, particularly in safeguarding sensitive materials. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Tyrie Tanaka at tyrie.tanaka@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil for further details.