7 SFS Vindicator
ID: FA466125Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, Texas, is soliciting proposals for the installation of a Honeywell Vindicator Intrusion Detection System at the Armory (Building 7232). The procurement encompasses the installation, configuration, and maintenance of an Electronic Security System, which is critical for ensuring compliance with military standards for arms and munitions storage. This initiative reflects the government's ongoing commitment to enhancing security infrastructure, particularly through the use of proprietary technology that has been historically utilized at the base. Interested vendors must submit their quotes by February 20, 2025, and direct any inquiries to Tyrie Tanaka at tyrie.tanaka@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil, with a focus on adhering to the outlined Statement of Work and federal acquisition regulations.

    Files
    Title
    Posted
    The document FA466125Q0015 Attachment 1 outlines the federal acquisition regulations (FAR), various provisions, and clauses applicable to a solicitation. It specifies that several provisions are incorporated by reference, including requirements related to small business representations, certifications concerning previous contracts, and compliance standards for telecommunications and equipment. The evaluation criteria emphasize the lowest price technically acceptable (LPTA) offers, while highlighting obligations pertaining to unique item identification, especially for items valued at $5,000 or more. Additionally, it covers payment processing through the Wide Area Workflow (WAWF) and emphasizes the role of an ombudsman for resolving concerns related to the acquisition process. The document aims to ensure compliance with federal laws, promote fair contracting practices, and facilitate efficient payment and delivery processes in line with government standards. Its extensive list of clauses requires contractors to adhere to regulations that cover environmental considerations, equity in hiring, and specific security protocols, signifying the government's commitment to maintaining integrity and accountability in procurement activities.
    The document outlines the Statement of Work (SOW) for the installation of a Honeywell Vindicator Intrusion Detection System at Dyess Air Force Base, Texas, particularly for Building 7232 Armory. The contractor is required to provide all necessary resources to install, configure, and maintain an Electronic Security System that ensures the facility meets the standards for arms and munitions storage. The project is structured in three phases: 1. **Installation**: Involves installing IT cabinets, access control systems, alarm components, and networking equipment in compliance with military security standards. 2. **Training & Maintenance**: The contractor will train Security Forces personnel on system operation and will plan for long-term maintenance strategies. 3. **Testing**: Involves rigorous testing phases to ensure system functionality and compliance with Air Force standards, culminating in a 30-day operational test. Each phase mandates adherence to military regulations and necessitates coordination with government personnel for approvals and scheduling. Additional stipulations include contractor compliance with security protocols for access to restricted areas, safety regulations, and provision of warranties and operational manuals. This document serves as a comprehensive guide for contractors bidding on government Requests for Proposals (RFPs), underscoring the importance of security and regulatory compliance during installation projects.
    The document outlines the decision to utilize a single-source procurement process for the installation of a Vindicator Electronic Security System at Dyess Air Force Base (AFB). This decision is based on the proprietary nature of the Vindicator system, manufactured by Honeywell, which is the standardized alarm system currently in use at the base. The project will unfold in four phases: system installation, testing and training, maintenance, and integration of the Visitor Badge System. Historical usage of Vindicator systems at Dyess AFB, including previous contracts that established their exclusivity, supports this procurement method. Market research indicated that only Honeywell has the necessary certification and capability to maintain system compatibility and operational integrity. Future efforts will aim to minimize brand name dependencies, but the current necessity for Vindicator equipment limits competition due to system-specific technology and training requirements. Continual monitoring of the market for viable alternatives is planned, making it a priority for the 7th Contracting Squadron to explore competitive procurement opportunities when feasible. This initiative reflects the government's commitment to effective procurement while recognizing the challenges posed by proprietary technology.
    The document outlines a detailed equipment list associated with the SFS Armory IDS and ACS systems necessary for security enhancement. It includes specifications for various components such as intrusion detection systems (AE IDS V3), power supplies (AX-AL600ULXB), distribution panels (AX-PD8UL), and credential readers (PIVClass). Specific quantities are listed for each item, revealing a comprehensive inventory needed to establish a secure environment. Components include sensors, tamper switches, RFID cards, and emergency exit buttons, all designed to bolster security protocols. The context of this file suggests it is related to Requests for Proposals (RFPs) or grants aimed at improving security infrastructure, likely in a federal or state capacity. The structured list reflects a systematic approach to procurement for security technology, indicative of compliance with federal guidelines for equipment acquisition. This emphasis on detailed inventory supports effective planning, budgeting, and implementation for governmental security initiatives.
    The document is a combined synopsis and solicitation for a Request for Quote (RFQ) issued by the 7th Contracting Squadron at Dyess Air Force Base, Texas, for an Intrusion Detection System. The RFQ (FA466125Q0015) was issued on February 6, 2025, and aims to acquire equipment, installation, and training services, with a total of three line items specified. The government intends to award a Firm-Fixed Price contract, evaluating offers based solely on the lowest price of technically acceptable items. Interested vendors must submit quotes via email by February 20, 2025, detailing their offerings and ensuring compliance with the Statement of Work. Questions regarding the RFQ must be submitted by February 12, 2025. Emphasizing technical accuracy and delivery schedules, the government outlines a desired delivery within 60 calendar days post-award, with a maximum allowable period of 90 days. The solicitation includes provisions for cancellation and states that funds must be available for any award to take place. The RFQ specifies that responses must include various documentation, underscoring the importance of understanding the sale's terms and contract stipulations. This procurement reflects the government's ongoing requirements for security infrastructure enhancements, focusing on small business participation without a specific set-aside category.
    Lifecycle
    Title
    Type
    7 SFS Vindicator
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Riley Intrusion Detection System (IDS) Maintenance and Monitoring
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Riley, Kansas, is seeking qualified vendors to provide maintenance and monitoring services for its Intrusion Detection Systems (IDS). The contractor will be responsible for managing and maintaining up to 385 zones, which include critical facilities such as headquarters buildings, ammunition bunkers, and Sensitive Compartmental Information Facilities (SCIF). This procurement is vital for ensuring the operational integrity and security of the Army's facilities, utilizing a proprietary system that requires certified personnel for installation and maintenance. Interested small businesses must submit tailored capability statements by the specified deadline to the Contract Specialist, Vernard Ross, at vernard.d.ross.civ@army.mil, with the anticipated contract type being Firm Fixed Price for a five-year period starting December 1, 2025.
    Bldg 300 Security Monitoring and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security monitoring and maintenance services for Building 300 at Langley Air Force Base in Hampton, Virginia. The procurement requires vendors to deliver 24/7 security services, including monitoring of an Intruder Detection System (IDS) and access control systems (ACS), while ensuring compliance with government regulations and maintaining UL2050 certified doors. This contract is critical for maintaining the security and safety of government operations, with a contract duration of one base year and four optional extension years. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and can direct inquiries to Emoni Bright at emoni.bright@us.af.mil or 757-764-4766.
    Armory Rack Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Armory Rack Upgrade at Joint Base San Antonio (JBSA) Lackland, Texas, under solicitation FA301625Q0062. The project aims to enhance military equipment storage solutions by upgrading existing armory weapon racks to accommodate improved firearm storage, including mobile racks for M4 rifles and handguns, while ensuring compliance with safety standards. This procurement is a total small business set-aside, with a firm fixed price contract expected to be awarded based on the lowest priced, technically acceptable bids. Interested vendors must submit their quotes via email by 10:00 A.M. CST on February 19, 2025, and are encouraged to direct inquiries to Jack Caniglia or Amanda Mateo at the provided contact information.
    CATM Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of CATM Locks at Joint Base San Antonio-Lackland AFB, Texas, under solicitation number FA301625Q0047. The primary objective is to replace existing locking mechanisms with advanced electronic keypad locking systems to enhance security and access control within the Combat Arms Training and Maintenance complex. This initiative is crucial for improving safety for personnel and assets, particularly in emergency situations, and includes the installation of various types of locks with specific performance characteristics. Interested vendors must submit their proposals by February 28, 2025, following a mandatory site visit on February 14, 2025, and initial inquiries are due by February 21, 2025. For further information, potential bidders can contact Jinypher Coy at jinypher.coy@us.af.mil or James E. Salazar at james.salazar.2@us.af.mil.
    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.
    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.
    Intrusion Detection Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to upgrade the Intrusion Detection System (IDS) for the United States Military Training Mission (USMTM) in Riyadh, Saudi Arabia. The project involves the installation of additional IDS components, including balance magnetic sensors, passive infrared systems, keypads, and an emergency exit door annunciator, along with training for up to 15 USMTM personnel on system operation and troubleshooting. This initiative is crucial for enhancing security measures and maintaining robust defense capabilities in the region, ensuring compliance with both federal and host nation regulations. Interested contractors should contact TSgt Jeff Karingithi at jeff.n.karingithi.mil@army.mil or Marcus Drinkard at marcus.drinkard@us.af.mil for further details.
    N063--Sources Sought | CTX Camera Installation IDIQ Base plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for the installation of security systems under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base year and four option years. The procurement focuses on the installation of security cameras, access control systems, and network video recorders (NVR) at various VA medical centers in Texas, aiming to enhance safety and monitoring capabilities within these facilities. Interested vendors must demonstrate their ability to provide comprehensive installation services, including all necessary equipment and labor, and are required to submit their responses by 4 PM CST on February 18, 2025, to the Contract Specialist, Sherine Brooks, at Sherine.Brooks@va.gov. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of compliance with manufacturer specifications and relevant laws throughout the installation process.
    Fort Meade, MD INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Maintenance Contract at Fort Meade, Maryland. This contract encompasses maintenance and cybersecurity services for Intrusion Detection and Automated Entry Control Systems, requiring contractors to perform inspections, routine testing, emergency repairs, and software updates over a 12-month period, with options for renewal. The initiative underscores the importance of maintaining robust security systems and engaging small businesses, particularly those that are service-disabled veteran-owned or women-owned, in fulfilling these critical services. Interested parties must submit their proposals by 12:00 PM on March 4, 2025, and can direct inquiries to Heidi Boyer at heidi.k.boyer.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.