78th SFS-Vindicator Alarm System
ID: FA850125Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Honeywell Vindicator Intrusion Detection System at the 78th Security Forces Squadron Armory located on Robins Air Force Base in Georgia. The procurement encompasses all necessary labor, supervision, equipment, and materials required for the installation, along with training and testing deliverables to ensure compliance with security standards. This project is critical for enhancing the security infrastructure at the base, reflecting the importance of advanced security systems in military operations. Interested small businesses must submit their proposals by March 19, 2025, following a site visit scheduled for March 17, 2025, and can direct inquiries to Nicole Fields at nicole.fields.2@us.af.mil or Michele Watts at michele.watts.1@us.af.mil, with a total contract value estimated at $25 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "Single Source Justification (Simplified Acquisition)" outlines procedures for justifying single-source acquisitions in a federal context. Created in November 2018, it emphasizes the need for a clear rationale to engage a specific vendor without competitive bidding. Such justifications are essential for compliance with federal procurement regulations, which allow for single-source contracts under certain conditions. The document is structured to aid agencies in providing valid reasons for opting for a single supplier, covering aspects such as unique capabilities, urgency, and the impracticality of obtaining multiple bids. This process promotes government efficiency while ensuring that procurement decisions are transparent and justifiable. Overall, it serves as a guideline for maintaining accountability and integrity in government contracting practices.
    The document appears to be indicating a technical issue with a PDF viewer that cannot display the content of a federal government file related to RFPs, grants, and contracts. As such, no specific topic, key ideas, or supporting details can be extracted or summarized. The context suggests a focus on federal and local government solicitations for proposals and funding opportunities, which generally aim to enhance public services, infrastructure, or community development through strategic partnerships with private entities. However, due to the inability to access the document's content, a conventional summary cannot be provided. Future access to the document would be necessary to facilitate a comprehensive analysis and summary of its content and objectives.
    The provided document is inaccessible due to a file viewing issue, preventing a detailed analysis of its contents. Consequently, the main topic, key ideas, and supporting details cannot be identified or summarized accurately. This file appears related to federal government RFPs (Request for Proposals), federal grants, and state/local RFPs, likely outlining specific opportunities, guidelines, and requirements for potential contractors or grantees. In general, such documents typically serve to inform applicants about funding possibilities, criteria for proposals, and the necessary procedures for submitting applications. Without access to the document, a comprehensive summary cannot be formulated as it requires the original contents to distill the essential information and articulate the main objectives or purposes inherent in the text. Further assistance would involve resolving the file access issue to allow for proper analysis and summarization.
    This document provides information regarding a site visit for a government project. It confirms that a site visit is scheduled on 14 March 2025, from 1300 to 1400 hours. The context suggests this visit is related to a federal or state/local Request for Proposal (RFP) and is likely aimed at addressing preliminary assessments or requirements necessary for the project. The schedule indicates an organized effort to inform and involve stakeholders in the early stages of project development, which is a typical practice in government solicitations. Overall, the document succinctly outlines the critical logistical detail of the site visit as part of the RFP process.
    The document outlines the Statement of Work (SOW) for the installation of a Honeywell Vindicator Intrusion Detection System at Building 988, Robins Air Force Base (AFB), Georgia, required by the Federal government. The contractor is responsible for providing all resources necessary for the project, including labor, equipment, and adherence to various regulatory standards. The installation includes advanced security measures, system training, maintenance planning, and strict testing protocols over a minimum period of 33 days. The project consists of three main phases: installation of critical infrastructure and system programming; training personnel on new equipment; and rigorous testing to ensure operational effectiveness and compliance with Department of Air Force regulations. All equipment and procedures must align with security guidelines, and contractors must ensure personnel comply with installation access protocols, maintaining appropriate safety and operational standards throughout. The summary also emphasizes contractor responsibilities, including developing an Integrated Master Schedule, adhering to work schedules, ensuring employee qualifications, and following security procedures for personnel access to the restricted areas of Robins AFB. Overall, the document serves as a detailed guideline for contractors to meet government security system requirements efficiently and safely.
    The document outlines the solicitation and contract details for a project involving the installation of a Honeywell Vindicator Intrusion Detection System at the 78th Security Forces Squadron Armory located on Robins Air Force Base, Georgia. The total award amount for this firm-fixed-price acquisition is set at $25,000,000. Key requirements include the provision of all necessary labor, supervision, equipment, and materials for the installation, alongside associated training and testing deliverables. The contractor must comply with a series of Federal Acquisition Regulation (FAR) clauses related to pricing, labor standards, and environmental regulations. A significant emphasis is placed on utilizing women-owned and economically disadvantaged businesses, as well as adhering to specific government guidelines and standards. The procurement includes detailed instructions for bidding, delivery timelines of 8 months post-award, and payment processes through the Wide Area WorkFlow (WAWF) system. The document also designates an ombudsman to address concerns from potential offerors, illustrating the government’s effort to facilitate transparent and equitable bidding practices while promoting socio-economic inclusivity within contracting opportunities.
    The document appears to be a complex compilation of federal and state RFPs, grants, and related information detailing requirements and guidelines for potential applicants. It conveys critical aspects of various funding opportunities and procurement processes aimed at enhancing government services and infrastructure projects. Key points include eligibility criteria, application deadlines, and evaluation protocols. The document emphasizes the need for compliance with specific regulations, submission formats, and documentation to support the proposals. Additional sections outline the administrative processes, reporting obligations, and conditions for funding disbursement. The overarching purpose is to guide stakeholders through the procurement and grant application process, ensuring alignment with federal and state mandates while promoting transparent and efficient allocation of resources for public projects. Ultimately, this material serves as a resource for organizations seeking to engage with government funding opportunities, facilitating their understanding of the procedural and technical requirements necessary for successful applications.
    This document outlines amendments to a government solicitation, specifically extending the deadline for offer submissions to March 19, 2025, and updating site visit details for prospective contractors. The solicitation provides instructions for acknowledging the amendment, emphasizing that failure to do so by the specified deadline may result in rejection of offers. The site visit will occur on March 17, 2025, at a designated location in Robins Air Force Base, Georgia, with contact information for the point of contact provided. The document serves to inform stakeholders about the changes in timeline and procedural requirements, ensuring they remain compliant with the bidding process. Additionally, it clarifies that all other terms in the original solicitation remain unchanged and enforce the need for acknowledgment of the amendment to facilitate transparent communication between the government and contractors. This amendment reflects typical procedural updates within federal RFP processes aimed at maintaining order and clarity within contract bidding.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vindicator Security System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Honeywell Vindicator Intrusion Detection System at Dyess Air Force Base in Texas. The project involves a comprehensive Electronic Security System that integrates both Intrusion Detection and Access Control systems, with the contractor responsible for all labor, equipment, and materials necessary for installation, training, and maintenance. This procurement is crucial for enhancing security measures at the base while ensuring compliance with Air Force regulations. Interested small businesses must submit their quotes by March 17, 2025, with a contract award anticipated shortly thereafter, and can direct inquiries to SSgt Maren Quinones-Burgess at maren.quinones-burgess@us.af.mil or A1C Illya Shkrebtiy at illya.shkrebtiy.1@us.af.mil.
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    65th SOS MGCS Security System Installation
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install and service a security system for the 65th Special Operations Squadron at Hurlburt Field, Florida. The project involves the installation of an alarm system for GCS Bay 7, including the integration of a new fiber line and a Protected Distribution System (PDS) alarmed conduit, with a total contract value of $25 million. This initiative underscores the importance of enhancing military operational security through updated technological infrastructure, while also promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez Hughes at melissa.perez-hughes@us.af.mil.
    CAC Enabled Door Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of CAC (Common Access Card) Enabled Door Locks at Robins Air Force Base in Georgia. The project requires contractors to furnish all necessary materials, labor, and equipment to design, install, and test a door lock system that accommodates at least 350 users while ensuring compliance with applicable building codes and security protocols. This procurement is significant for enhancing security measures within federal facilities and is set aside for small businesses, with a total funding amount of $25,000,000. Interested parties should direct inquiries to Alycia Carter at alycia.carter.1@us.af.mil or Cory Harris at cory.harris.4@us.af.mil, with proposals due in accordance with the solicitation timeline.
    Lenel Nebula Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Lenel Nebula Access Control System at Eglin Air Force Base in Florida. This procurement aims to enhance security through the installation of an Electronic Safety and Security system, which includes access control and intrusion detection components, ensuring compliance with federal safety and electrical codes. The total contract value is estimated at $25 million, with a completion timeline of 60 calendar days from the award date. Interested small businesses must submit their proposals electronically by adhering to the specified requirements, including a deadline for questions set for July 20, 2023, and are encouraged to contact Erik Owens or A1C Emily Newton for further information.
    B-21 Program - Electronic Security Systems (ESS)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research to identify potential sources for Electronic Security Systems (ESS) required for four construction projects associated with the B-21 program at Ellsworth Air Force Base, South Dakota. The projects include modifications to command posts and renovations of docks, necessitating advanced security systems that integrate seamlessly with existing infrastructure, particularly the Honeywell Vindicator Security Systems currently in use. Interested vendors are invited to submit capabilities statements by 2:00 p.m. CST on March 26, 2025, to the primary contact, Sarah Martin, at sarah.a.martin@usace.army.mil, with a total estimated product value of approximately $400,000 across all projects.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Fire Detection System in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a complete overhaul of the existing fire alarm system, integrating it with a new Mass Notification System (MNS) to enhance safety and compliance with fire safety regulations. This initiative is crucial for maintaining high safety standards in military facilities and is set aside exclusively for small businesses, with an estimated contract value between $100,000 and $250,000. Interested contractors must register for a site visit by March 4, 2025, submit requests for information by March 18, and deliver proposals by April 1, 2025, with all submissions required to be mailed or hand-delivered. For further inquiries, potential bidders can contact Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil.
    Wrong Way Detection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a "Wrong Way Detection" system aimed at enhancing security at Installation Entry Control Points (IECP) in Biloxi, Mississippi. The project seeks to implement advanced detection capabilities, including radar or in-ground loop detectors, audible alarms, and visual alerts, to address the increasing incidents of vehicles entering outbound lanes incorrectly. This initiative is critical for improving traffic safety and security at military installations, ensuring compliance with operational standards and environmental safeguards. Interested small businesses, particularly those classified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), must submit their proposals by the specified deadline, with the contract expected to be awarded by March 6, 2025. For inquiries, potential bidders can contact SSgt Taylor Williams at taylor.williams.26@us.af.mil or 228-377-1814, or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil or 228-377-1837.
    Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at Rock Island Arsenal in Illinois. The procurement aims to secure a contractor for a Firm Fixed Price contract that encompasses preventive and corrective maintenance for various security systems, with a focus on compliance with safety and regulatory standards. This contract is crucial for ensuring the operational integrity and security of the facility, which houses multiple tenants requiring robust security measures. Interested small businesses must submit their quotes by March 21, 2025, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    CCTV Maintenance Service, Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for CCTV maintenance services at Eglin Air Force Base, Florida, under a total small business set-aside. The contract entails the maintenance of the Indigo Vision CCTV system for the 7th Special Forces Group (Airborne), requiring certified personnel to perform both scheduled and unscheduled maintenance, implement quality control measures, and provide regular maintenance reports. This procurement is critical for ensuring the operational integrity of surveillance systems, which play a vital role in security and monitoring at the base. Interested small businesses must submit their offers by 12:00 PM CST on March 14, 2025, and are encouraged to contact Rommel Angeles at rommel.angeles.2@us.af.mil or David Dos Santos at david.dossantos.1@us.af.mil for further information.