Electronic Security Systems (ESS) for the Defense Supply Center Columbus
ID: SP4702-25-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO COLUMBUS-DIVISION-1COLUMBUS, OH, 43218-3990, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the maintenance and support of Electronic Security Systems (ESS) at the Defense Supply Center Columbus in Ohio. The procurement aims to secure comprehensive maintenance services, including preventative, corrective, and emergency support for various security systems, with a contract duration of one base year and four optional years. This initiative is crucial for ensuring the operational integrity and security of federal facilities, emphasizing compliance with Department of Defense and cybersecurity standards. Interested contractors must submit their proposals by January 29, 2025, and can direct inquiries to Becky Hard at Becky.Hard@dla.mil or Mitchell D. Hatfield at mitchell.hatfield@dla.mil.

Point(s) of Contact
Files
Title
Posted
Jan 23, 2025, 4:04 PM UTC
This document is an amendment to a federal solicitation and outlines the procedures for acknowledging receipt of the amendment and making potential changes to submitted offers. Offerors must acknowledge the amendment by specific methods before the designated deadline to avoid rejection of their offers. Key points include the amendment's effective date, the extended solicitation question period, and the new submission deadline, which have been postponed to January 24 and January 29, 2025, respectively. Additionally, the document includes detailed instructions on completing and returning the amendment, covering contract identification codes, modifications of contracts/orders, and the necessary information for accurate financial data entry. The intent of the amendment is to inform potential contractors of updated terms, including the Site Visit Attendance List and adjustments in submission timelines, ensuring all interested parties are up-to-date before formal offer submissions.
Jan 23, 2025, 4:04 PM UTC
The document outlines a Bid Form for the maintenance of Electronic Security Systems (ESS) at the Defense Supply Center Columbus (DSCC). It includes a breakdown of labor and material costs needed for the service, extending from a base year through four optional years. The document details various Contract Line Item Numbers (CLINs), each specifying labor requirements such as full-time Software Engineers, Field Technicians, and Management roles, as well as overtime provisions and parts/material allowances, capped at $185,000 per year. Each pricing section requires bidders to fill in hourly rates for associates and associated costs, promoting transparency in budgeting for the services required. The specified period of performance for the base year and subsequent options ranges from February 2026 to February 2030. Overall, this Bid Form represents a structured request for proposals, emphasizing workforce requirements and budget allocation for effective maintenance of security systems crucial to federal operations, ensuring compliance with governmental procurement processes.
Jan 23, 2025, 4:04 PM UTC
The document outlines a Quality Assurance Plan for the maintenance of ESS Systems for the DSCC in Columbus, scheduled for August 9, 2024. It is structured into three main phases: Pre-Performance, Performance, and Post-Performance. During the Pre-Performance phase, the Contracting Officer Representative (COR) is responsible for reviewing the contractor’s quality control and safety plans, facilitating necessary meetings, and verifying contractor qualifications. In the Performance phase, the COR conducts regular inspections of the contractor's work, focusing on adherence to scheduling, maintenance, reporting, and corrective actions. Contractors are notified in writing of any deficiencies, while performance issues can affect invoicing. Finally, the Post-Performance phase ensures the return of ID badges, building keys, and government-furnished equipment (GFE). Timeliness in execution is defined as an agreed timeframe not exceeding 15 working days, emphasizing the importance of accountability and communication in contract performance. This plan underscores the federal commitment to effective oversight in contract management through explicit procedures and documentation requirements.
Jan 23, 2025, 4:04 PM UTC
This document is a detailed inventory list of security-related equipment, likely part of a federal or local government Request for Proposal (RFP) or grant. It includes various items categorized by type, such as door contacts, locks, alarm systems, and sensors, along with their respective quantities and models. Notably, products from manufacturers like Sentrol, Ademco, and Lenel dominate the list, indicating a focus on advanced security systems. The inventory reflects a comprehensive approach to securing facilities, ensuring appropriate technology solutions for access control and monitoring. The purpose of the document is to inform potential suppliers about the specific equipment and quantities required for contract bids related to security enhancements. It implies a broader commitment to maintaining safety standards within governmental and public facilities through the modernization and integration of security technologies. This aligns with current trends in federal and state security funding initiatives aimed at safeguarding public spaces and infrastructure.
Jan 23, 2025, 4:04 PM UTC
The document is a Request for Proposal (RFP) regarding maintenance services for electronic security systems at the Defense Supply Center Columbus. It encompasses key contract line item numbers (CLINs) related to labor, repair parts, and materials necessary for the maintenance effort. The RFP seeks clarity on several points, including the provision of equipment, start dates for services, staffing requirements, and specific certifications for personnel. Notable inquiries address the differentiation between service and sustainment plans, pricing structure for program management, and the expectation of prior knowledge for bidders regarding system specifications. The responses clarify that CLIN 0005 covers necessary materials, while CLINs 0001-0004 pertain strictly to labor. The government will provide a secure workspace and necessary documentation, specifying that submitted staffing must remain consistent post-award. The contractor must provide a plan outlining their approach without detailed system specifications. Additionally, distinctions between service and sustainment plans are highlighted, ensuring that contractors understand both their immediate deliverables and long-term strategies. Overall, the document emphasizes procedural clarity and thoroughness in proposal submission while fostering effective communication between the government and potential contractors.
Jan 23, 2025, 4:04 PM UTC
This document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor, detailing minimum wage requirements and fringe benefits for contractors working in specific Ohio counties. Effective from 2024, contracts entered into or renewed after January 30, 2022, must comply with Executive Order 14026, stipulating a minimum wage of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, need to pay at least $12.90 per hour. A comprehensive list of occupations and corresponding wage rates is provided, including administrative, automotive, food services, and health occupations. The document outlines additional benefits mandated under the Service Contract Act, including health and welfare payments, paid vacation, and sick leave provisions. The conformance process for unlisted job classifications is also detailed, guiding contractors on how to classify and report additional roles that may arise during the contract period. This determination supports compliance with federal contracting requirements, ensuring fair wages and benefits for workers engaged in government contract services in Ohio.
Jan 23, 2025, 4:04 PM UTC
The document outlines the Request for Proposal (RFP) for an Electronic Security System (ESS) under Solicitation No. SP4702-25-R-0002. It details the submission requirements for offers, emphasizing the need for comprehensive and transparent quotes that demonstrate the offeror's capabilities. Key components include a service plan, quality control plan, and sustainment plan, alongside qualifications for proposed staffing. Offerors must showcase past performance and adhere to strict submission formats, focusing on unclassified information only. The RFP stipulates that responses must be electronic and highlights the importance of meeting all specific requirements without deviations, as exceptions may render the proposal un-awardable. Also, the evaluation factors for quotes include technical acceptability, staff qualifications, and price, aligning with federal procurement standards for competitive bidding. The timeframe for submitting questions and quotes is explicitly stated, ensuring clarity for all stakeholders involved in the bidding process.
Jan 23, 2025, 4:04 PM UTC
This document serves as an amendment to Solicitation #SP4702-25-R-0002, modifying the terms of contract ID 7009603478. The main changes include an extension of the solicitation due date to January 24, 2025, at 3 PM EST, and the scheduling of a pre-proposal site visit on January 22, 2025, at 10 AM, which prospective contractors must confirm their attendance for by January 21, 2025. Additionally, contractors are required to pre-enroll in the DBIDS system for site access. The amendment introduces new Contract Line Item Numbers (CLINs) to allow pricing based on specific job roles, including Program Manager, Management Analyst, and Drafter, highlighting the need for specialized skills associated with the work outlined in the Performance Work Statement (PWS). Contractors are reminded that failure to inspect the site will not be grounds for claims post-award. The document maintains all other terms and conditions related to the contract as unchanged, reflecting adherence to standard federal regulations in RFP processes.
Jan 23, 2025, 4:04 PM UTC
This document acts as a solicitation for proposals related to the maintenance of Electronic Security Systems (ESS) at the Defense Supply Center Columbus (DSCC). It outlines a competitive Request for Proposal (RFP) process for contractors, detailing the required services, which include preventative, corrective, and emergency maintenance for various security systems, along with software upgrades. The contract will span one base year with four optional years and requires contractors to hold a Secret Security Clearance. Prospective vendors are instructed to submit offers by January 17, 2025, with all questions directed to designated government officials by January 10, 2025. The evaluation for contract award will be based on ‘best value’ criteria, considering both price and technical proposals. The contractor is also required to establish comprehensive maintenance schedules, adhere to DoD and cybersecurity standards, and maintain precise records. The proposal must detail the team involved, their qualifications, and adherence to wage determinations mandated by the Department of Labor. Furthermore, cybersecurity is underscored, necessitating compliance with various federal regulations. Overall, the RFP emphasizes a thorough and methodical approach, ensuring that all ESS services are performed efficiently and with minimal disruption to government operations.
Jan 23, 2025, 4:04 PM UTC
The document outlines the inventory and specifications of critical components and systems related to security and access control for various buildings managed by a federal entity. It categorizes machines and equipment, primarily servers, databases, workstations, and access panels, detailing their specific identifiers, nicknames, and locations within designated buildings. The document emphasizes the integration of video surveillance systems with specific make and serial numbers, highlighting the connection to security protocols and infrastructure. The purpose of this document appears to align with government RFPs and grants that focus on enhancing security measures across facilities, ensuring compliance with federal standards. Key items include electronic key repositories and a variety of video camera systems aimed at monitoring and protecting sensitive areas. This inventory serves as a critical resource for facility management and may assist in future contracting opportunities related to upgrading or maintaining security infrastructure. The detailed identification of equipment underscores the need for systematic oversight in federal facilities to address safety, security, and operational integrity.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS). The procurement aims to secure preventive and corrective maintenance services for IDS equipment across various military installations, ensuring compliance with federal standards and enhancing security measures. This opportunity is set aside for small businesses, with a Firm Fixed Price contract expected to span three years, beginning May 1, 2025, and includes two optional one-year extensions. Interested contractors must submit their quotes by April 14, 2025, at 12:00 PM CST, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
AECS, IDS, and Door Installation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Lenel Access Control System (ACS) at Eglin Air Force Base in Florida. This contract aims to ensure the operational efficiency of security systems across 30 secure facilities, requiring comprehensive maintenance services, including 24/7 technical support, preventative maintenance, and software updates. The procurement is particularly significant due to the sensitive nature of security operations, necessitating authorized vendors for repairs and maintenance. Interested bidders, particularly Women-Owned Small Businesses, must submit their proposals by April 17, 2025, at 1:00 PM, with the contract anticipated to commence on May 1, 2025, and run for one year. For further inquiries, potential bidders can contact A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil.
Notice of Intent to Modify ESS VII MATOC to Increase Capacity
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, has issued a Notice of Intent to modify the Electronic Security Systems (ESS) Seventh Generation Multiple Award Task Order Contract (MATOC) to increase its capacity by $750 million, raising the total contract value to $1.425 billion. This modification aims to ensure the continuation of ESS services while preparing for a competitive solicitation for a multi-year contract projected for award in Fiscal Year 2028. The ESS work encompasses a range of services including site surveys, technical data preparation, procurement, installation, and maintenance of security systems, with a focus on compliance with Department of Defense standards. Interested firms must respond by 5:00 PM Central Time on April 21, 2025, providing their qualifications and capabilities to the designated contacts, Contract Specialist Nanette P. Hill and Contract Officer William G. Seelmann, via their respective email addresses.
DLA POLICE CENTER APPLICATION SOFTWARE
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the development of Police Center Application Software under solicitation number SP4701-25-R-0004. This procurement aims to enhance the operational capabilities of the DLA Police Center by acquiring essential software and hardware services from specified manufacturers, primarily Caliber Public Safety and MicroAutomation, Inc., over a five-year period. The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years, and is expected to comply with federal regulations, including accessibility standards as outlined in the Revised Section 508 of the Rehabilitation Act. Interested vendors must submit their proposals via email to the designated contacts, Vince Palmarini and Christopher P. Lawrence, by April 16, 2025, at 1:00 PM Eastern Time.
SOFTWARE INSTALLATION FOR THE GLOBAL FACILITY MANAGEMENT SYSTEM (GFMS) EKC SYSTEM AND REACTIVATION OF (2) SECURITY ASSET MANAGER (SAM) BY KEY SYSTEMS INC. FOR DLA DISTRIBUTION CHERRY POINT, NC (DDCN)
Buyer not available
The Defense Logistics Agency (DLA) is soliciting quotes for the installation and configuration of the Global Facility Management System (GFMS) EKC system and the reactivation of two Security Asset Manager (SAM) units at DLA Distribution Cherry Point, NC. This procurement aims to establish a firm-fixed-price contract that includes technical services such as system installation, cybersecurity support, integration with existing systems, and ongoing maintenance to enhance operational efficiency and safety standards. Interested contractors must respond by May 13, 2025, and are required to meet specific cybersecurity qualifications as outlined by the Department of Defense, with the contract duration comprising a one-year base period and two optional one-year extensions. For further inquiries, interested parties can contact Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.
Equipment Services Support (ESS) Contracted Maintenance and Repair Contract at Naval Station Rota, Spain
Buyer not available
The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking proposals for the Equipment Services Support (ESS) Contracted Maintenance and Repair Contract at Naval Station Rota, Spain. This procurement aims to establish a comprehensive Equipment Maintenance and Repair program, which includes operational, maintenance, corrective services, and repairs for various Civil Engineering Support Equipment (CESE) and related items at the facility. The contract will be awarded as a Firm Fixed Price, Single Award, Indefinite Delivery Indefinite Quantity (IDIQ) with a maximum value of $8 million, and the closing date for proposal submissions is set for April 18, 2025. Interested contractors must register in the System for Award Management (SAM) and direct any inquiries to Desiree Garcia at desiree.e.garcia9.civ@us.navy.mil.
Enterprise Systems Security Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking qualified sources for Enterprise Systems Security Support Services to ensure the integrity and availability of Precise Time and Astrometry (PTA) systems critical for Department of Defense operations, including GPS. The procurement aims to establish a robust security framework that includes infrastructure and personnel, such as transport engineers and cyber security operators, to maintain system functionality with an uptime exceeding 99.999%. This initiative is vital for the reliability of PTA data products, which are essential for navigation across various DoD systems. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 PM EST on April 24, 2025, to the primary contact, Gil Dobison, at gilbert.k.dobison.civ@us.navy.mil. The anticipated contract will be a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a base period from April 6, 2026, to April 5, 2027, and four option periods.
PATRIOT Engineering Services (ESM) 2027 - 2032
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking interested contractors to provide engineering services for the PATRIOT Weapon System Program from February 1, 2027, to January 31, 2032. The procurement aims to support a range of engineering activities, including program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing, essential for the modernization and integration of the PATRIOT system. Interested firms must demonstrate their expertise and experience in these areas and submit their qualifications to the Contract Specialist, Adam Sheir, at adam.d.sheir@dla.mil by 4:00 p.m. on May 7, 2025. This opportunity is a sources-sought announcement for planning purposes and does not constitute a solicitation.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.