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, 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.

    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 amendment document addresses equipment specifications and operational details for a security system being integrated at a federal facility. It clarifies that the security equipment will report to the BDOC, with ongoing changes to installation locations and system capabilities. The system operates on Windows 10 and includes both HID readers for access control and VSC for alarm management. User enrollment will utilize a VST Terminal, and contractors will be responsible for providing necessary hardware, including switches and power supplies. Furthermore, details about door hardware approved by GSA are provided. Importantly, no site survey is planned, emphasizing a straightforward implementation path. This document serves as a functional guide for contractors involved in fulfilling this RFP, ensuring all specifications and requirements are clearly communicated.
    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.
    The document outlines a Request for Quote (RFQ) issued by the 7th Contracting Squadron at Dyess Air Force Base for an Intrusion Detection System. The solicitation is a Firm-Fixed Price contract, with responses due by 26 February 2025, requiring quotes via email to designated contacts. Offerors must submit signed RFQ Page 2, relevant certifications, and a technical approach per the Statement of Work. The primary evaluation criterion is the lowest price for technically acceptable items. Amendments to the RFQ include the addition of answers to vendor questions and a deadline extension. The document emphasizes the importance of a timely response and adherence to specified delivery schedules, indicating no obligation for reimbursement if the solicitation is canceled. It provides a detailed item list for bidding, highlighting the need for installation, training, and maintenance of the proposed system. The RFQ also stipulates that funds are not currently available, requiring confirmation of funding availability prior to awarding a contract. Overall, the RFQ serves as a formal invitation for vendors to submit competitive quotes for fulfilling the government's requirements for an intrusion detection system.
    Lifecycle
    Title
    Type
    7 SFS Vindicator
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intrusion Detection System (IDS) - Install
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to issue a sole source purchase order for the installation of an Intrusion Detection System (IDS) at a secured area entryway in Martinsburg, West Virginia. The procurement is intended to enhance security measures and is authorized under FAR 13.106-1(b), following Simplified Acquisition Procedures as outlined in FAR Part 13. The government intends to proceed with the order to Advantor Systems Corporation unless compelling evidence for competitive sourcing is provided by interested parties. For inquiries, interested vendors can contact SMSgt Christopher Broschart at christopher.broschart@us.af.mil or 304-616-5231, or Ryan E. Belfield at ryan.belfield@us.af.mil or 304-616-5412.
    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.
    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.
    Cypher Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement and installation of 80 cypher locks at Joint Base San Antonio (JBSA) Lackland, Texas, as part of a total small business set-aside initiative. The project aims to replace outdated keyed locks with advanced electronic locks that enhance security for training operations, featuring capabilities such as keypad access, manual programmability, and compliance with strict certification standards. Interested vendors must submit their quotes by February 28, 2025, with all inquiries due by February 21, 2025, and are required to be registered in the System for Award Management to be eligible for consideration. For further information, vendors can contact Jinypher Coy at jinypher.coy@us.af.mil or James E. Salazar at james.salazar.2@us.af.mil.
    REMOTE TARGET ENGAGEMENT SYSTEM AND ELECTRONIC SECURITY SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for the procurement, integration, and installation of Remote Target Engagement Systems (RTES) and Electronic Security Systems (ESS) through a Request for Information (RFI). The objective is to develop integrated systems that will protect Protection Level 1 Nuclear (PL 1N) resources by deterring, detecting, and neutralizing potential threats, with an initial focus on one Air Force Base project and the possibility of further installations at additional bases. Interested parties must submit their firm’s details to access a bidders' library and respond to the RFI by February 28, 2025; responses are not binding offers, and all proprietary information must be clearly marked. For further inquiries, interested vendors can contact Christopher Bothwell at christopher.bothwell.1@us.af.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.
    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.
    Enterprise Security Services (ESS)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide Enterprise Security Services (ESS) for the High Frequency Global Communications System (HFGCS). The procurement aims to implement comprehensive security measures, including intrusion detection, vulnerability scanning, and compliance with DoD policies, across both classified and non-classified networks over a five-year contract period. This initiative is critical for ensuring the cybersecurity of military communications, emphasizing the need for contractors to maintain personnel with appropriate security clearances and qualifications. Interested vendors must submit their capability documentation by March 3, 2025, at 1:00 PM CST, and can direct inquiries to Jocelyn Johnson at jocelyn.johnson.2@us.af.mil or Juan C. Escobar at juan.escobar@us.af.mil.
    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.