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
Electronic Security Systems (ESS) VIII
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers' Huntsville Engineering and Support Center, is seeking qualified contractors for the procurement, installation, and maintenance of Electronic Security Systems (ESS) as part of the ESS VIII initiative. This opportunity encompasses a comprehensive range of services, including physical security measures, automated control systems, and various monitoring solutions, aimed at enhancing the Army's security infrastructure across multiple locations both within the continental United States and overseas. The anticipated contract value is approximately $2.5 billion, with a base period of 36 months and options for two additional 24-month periods. Interested firms, particularly small businesses, are encouraged to submit their qualifications and capabilities by responding to the Sources Sought Notice, with inquiries directed to Tianna Love at tianna.r.love@usace.army.mil or Lashonda Smith at LASHONDA.C.SMITH@USACE.ARMY.MIL.
Security Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security services for its facility located at 9595 Springboro Pike, Miamisburg, Ohio. The procurement includes off-site building alarm system monitoring and on-site unarmed security personnel during specified hours, with a focus on maintaining safety and security for the Joint Strike Fighter program. The contract will span a base period from August 1, 2025, to July 31, 2026, with three optional extension years available. Interested parties must submit a capabilities statement to Dominic McClung at dominic.mcclung@us.af.mil, adhering to the specified requirements and deadlines outlined in the Performance Work Statement.
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, North Carolina. 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. The initiative is crucial for modernizing the facility management and security systems, enhancing operational efficiency and safety standards within the DLA. Interested contractors must submit their proposals electronically by May 13, 2025, and are required to meet specific cybersecurity qualifications as outlined by the Department of Defense. For further inquiries, potential bidders can contact Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.
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.
Computer System
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of computer systems, aimed at fulfilling the needs of the Department of Defense. This request for proposals (RFP) invites both small and large businesses to provide commercial items, with a focus on compliance with military packaging and marking standards, as well as adherence to Federal Acquisition Regulation (FAR) guidelines. The procurement is critical for ensuring the availability of reliable IT and telecom services, specifically in the area of compute as a service for military operations. Interested vendors should contact Stacy M. Johnson at stacy.m.johnson@dla.mil or call 1-586-747-4511 for further details regarding submission requirements and deadlines.
DSCR Door IDPO Follow On 2025
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the "DSCR Door IDPO Follow On 2025" project, which involves door/frame repair and replacement services at the Defense Supply Center Richmond in Virginia. The procurement is set aside for 100% small businesses and will result in a firm-fixed price Indefinite Delivery Purchase Order (IDPO) with a base period of five years, potentially extending until funding is exhausted. This initiative is crucial for maintaining the functionality and safety of government facilities, ensuring that all repairs meet specific standards, including ADA compliance. Interested contractors must submit their quotes by June 6, 2025, and are encouraged to direct inquiries to Brandon Jump at brandon.jump@dla.mil, while adhering to the wage determinations outlined for Chesterfield County, Virginia, effective March 28, 2025.
SENSOR ASSEMBLY
Buyer not available
The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for a contract to supply Sensor Assemblies, specifically National Stock Number (NSN) 6665-01-415-4957, to support military depots. This procurement aims to ensure stock replenishment coverage, with the contract structured as a Fixed Price, Indefinite Quantity Contract (IQC) for a base period of one year, with three optional one-year extensions, totaling a maximum duration of four years. The solicitation is classified as unrestricted and will follow the policies outlined in FAR Part 13.5, emphasizing the importance of these critical components for military operations. Interested vendors should submit their proposals electronically, with the solicitation expected to be available on May 12, 2025, under solicitation number SPE7MX25RX016. For further inquiries, contact Stephanie Frederick at stephanie.frederick@dla.mil or by phone at 614-917-9050.
Pre-Solicitation Site Visit - Spangdahlem AB, Germany Automated Entry Control System (AECS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking U.S. vendors to install an Automated Entry Control System (AECS) in Building 24 at Spangdahlem Air Base, Germany. This system is intended to enhance security by controlling access at two doors to prevent unauthorized entry into a storage area containing classified information. The installation of the AECS is critical for certifying Building 24 for open storage, which supports classified networks and NATO operations. Interested parties must attend a pre-solicitation site visit on May 6, 2025, and submit required access documentation by April 30, 2025, to the designated contacts, Lars Falco Dahinten and Camille Bowen, whose contact details are provided in the opportunity overview.
Eglin Operations and Maintenance Services (EOMS) II
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the operational readiness and effectiveness of military training and testing activities, with proposals due by 3:00 p.m. Central Time on May 13, 2025. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil.
DLA Court Reporting Service
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide court reporting services for various legal proceedings, including Merit Systems Protection Board (MSPB) hearings, Equal Employment Opportunity Commission (EEOC) hearings, arbitrations, and depositions. The contract will cover a base year from June 1, 2025, to May 31, 2026, with four additional one-year options, requiring an estimated 100 hours of service and 4,000 pages of transcripts annually, delivered both in-person and virtually. These services are crucial for ensuring accurate and court-admissible records of legal proceedings, adhering to strict security and privacy regulations. Interested parties must submit their quotes by May 6, 2025, and direct any questions to Brett Cox at brett.a.cox@dla.mil or Becky Hard at Becky.Hard@dla.mil by April 22, 2025.