Security Equipment Upgrade
ID: FA805224Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8052 773 ESSSAN ANTONIO, TX, 78236-0119, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to upgrade the security equipment at Building 1534 located in San Antonio, Texas. This procurement involves replacing obsolete components within the integrated security system, which includes alarm, access control, and surveillance systems, ensuring that new equipment integrates seamlessly with existing systems while providing maintenance and warranty support. The project is critical for enhancing operational security and compliance with Air Force and National Defense Authorization Act standards, with a performance period of 90 days following contract award. Interested vendors must submit their quotations by September 16, 2024, and direct any questions to the primary contact, Jedidyah Luu, at jedidyah.luu@us.af.mil, or the secondary contact, Justin Ashley, at justin.ashley.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Air Force Medical Agency's (AFMED) solicitation for updating the War Reserve Materiel (WRM) integrated security system at its Medical Logistics Warehouse in San Antonio, Texas. The project aims to replace obsolete components within the alarm, access control, and surveillance systems to ensure compliance with Air Force and National Defense Authorization Act (NDAA) standards. Key objectives include the installation of tamper-proof equipment, a high-resolution CCTV system with extended recording capabilities, and integration of new components into the existing infrastructure, all completed within 90 days post-contract award. Additionally, routine inspections and maintenance training for end users will be provided. The contractor must maintain consistent communication with the government and deliver comprehensive documentation covering system design, installation, testing, and maintenance. This update highlights AFMED's commitment to operational security and modernizing essential infrastructure while ensuring compliance and functionality.
    The document outlines the pricing schedule for a federal government Request for Proposal (RFP) related to security equipment updates. Specifically, it details a single Contract Line Item Number (CLIN 0001) which pertains to a comprehensive update of security equipment, characterized as a Firm Fixed Price (FFP) contract. The proposal includes a quantifiable lot of one unit for this service, indicating a structured pricing approach for the project. The document specifies sections for a total proposed price, unit price, and the overall total amount for the CLIN, reflecting the organized format typical in government procurement documentation. This RFP aims to enhance security infrastructure, aligning with government standards for safety and equipment modernization. The concise format and clear specification of deliverables suggest an objective to enable bidders to accurately quantify costs and deliver competitive proposals within the federal procurement framework.
    The WRM Security Equipment Update is a Request for Quote (RFQ) issued by the Department of the Air Force at Joint Base San Antonio, seeking a contractor to upgrade security equipment in Building 1534. This solicitation, numbered FA805224Q0010, is aimed at replacing obsolete components within the integrated security system, covering alarm, access control, and surveillance systems. The selected contractor will ensure new components integrate with existing systems and provide warranty and maintenance support. The period of performance is set for 90 days, with quotations required by September 16, 2024, at 12:00 PM CST. Interested vendors must submit questions by September 12, 2024, and must be registered in the System for Award Management (SAM) database. Key attachments include a Statement of Objectives, a Price Schedule, and relevant clauses and provisions. The government reserves the right to cancel the solicitation and has established requirements for Wide Area Work Flow (WAWF) account usage for invoice submissions. This RFQ emphasizes operational updates to enhance security measures while maintaining compliance within government contracting procedures.
    The government file outlines the Contract Administration Data, detailing the necessary Defense Federal Acquisition Regulation Supplement (DFARS) clauses relevant for federal contracts, specifically focusing on payment submission procedures through the Wide Area Workflow (WAWF) system. Key clauses highlight payment request definitions, electronic invoicing, and the unique identification of items delivered to the Department of Defense. Essentially, it lays out requirements for contractors in terms of submissions, documentation compliance, and specific clauses including references for compliance with the System for Award Management and stipulations on small business participation. The document underscores procedures regarding electronic submissions, distinct document types for various payment scenarios, and the protocol for reporting unique item identifiers linked to cost thresholds. Overall, this file serves to ensure that contractors adhere to federal requirements for procurement processes, enhancing transparency and accountability in government contracting, while promoting compliance with pertinent laws, regulations, and changes in governmental policy. It highlights the emphasis on effective contract management practices and the importance of accurate representation and certifications by contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    317 AW Vindicator Alarm System for Bldg. 6015
    Active
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to install a Vindicator Alarm System in Building 6015. The project involves the removal of the existing alarm system and the installation of a new Vindicator system, which is crucial for securing sensitive areas that contain classified documents and materials. This procurement is part of a broader effort to enhance security infrastructure within military facilities, ensuring compliance with Air Force regulations and maintaining operational integrity. Interested vendors must submit their quotes by September 25, 2024, at noon (CST), and can direct inquiries to Jerime W. Gorse at jerime.gorse@us.af.mil or Tyrie Tanaka at tyrie.tanaka@us.af.mil.
    CCTV Camera Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the installation and configuration of network switches as part of a CCTV Camera Upgrade project at Fort Cavazos, Texas. The procurement aims to enhance network connectivity for operational CCTV cameras, facilitating remote monitoring from the Base Defense Operations Center, and includes the removal of outdated equipment and installation of new systems. This initiative is critical for improving security infrastructure at military installations, ensuring reliable surveillance capabilities. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 17, 2024, and can direct inquiries to Isadiri Estalilla at isadiri.estalilla@us.af.mil or David Delgado at david.delgado.21@us.af.mil.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 2)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the upgrade of security systems at Building 1844, Peterson Space Force Base, under solicitation number FA2717-24-Q-0116. The project involves the design, purchase, installation, replacement, and testing of a PL4 AMAG Access Control System (ACS), transitioning from the existing GE Diamond system, with a performance period from September 30 to December 1, 2024. This procurement is crucial for enhancing the security infrastructure at the base and is set aside exclusively for small businesses under NAICS code 561621. Interested offerors must submit their quotations, including a cover letter and detailed technical and pricing information, by September 20, 2024. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or call 719-556-9087.
    IDS System for Lackland AFB 149 FW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Access Control at the 149th Fighter Wing located at Joint Base San Antonio-Lackland, Texas. The project requires the contractor to provide a Honeywell Vindicator V5 IDS, ensuring compliance with ICD705 standards for classified storage, as the facility houses F-16 simulators critical for pilot training. The contract is set as a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable criteria, with a Firm Fixed Price contract type. Interested contractors should contact Capt Derek Guedes at derek.guedes.3@us.af.mil or 210-612-0153 for further details.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, through the Davis-Monthan Air Force Base, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) as part of a Total Small Business set-aside procurement. The project involves removing the existing weapons vault alarm system and installing a new system that meets specific security requirements, including two levels of intrusion detection to ensure the safety of a hazardous facility. This procurement is critical for enhancing security measures and compliance with federal regulations, with quotes due by September 19, 2024, and a site visit scheduled for September 13, 2024. Interested vendors should direct inquiries to Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    MULTI-LOCATION VINDICATOR SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install a Multi-Location Vindicator System at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves upgrading various security systems across three locations, ensuring compatibility with Honeywell Vindicator Badge Manager 3 and Windows 10, with specific requirements outlined in three Contract Line Item Numbers (CLINs) for different systems. This initiative is crucial for enhancing security measures at military installations, reflecting the government's commitment to maintaining operational readiness and safety. Interested contractors must submit their quotes by September 20, 2024, by 6 PM Eastern Time, and can direct inquiries to primary contact Della Fales at della.fales.1@us.af.mil or secondary contact C. Jacob Brantingham at carl.brantingham@us.af.mil.
    Dorm Parking Lot CCTV Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the upgrade of the CCTV system at Davis-Monthan Air Force Base dormitories in Tucson, Arizona. The project involves the installation and integration of approximately 77 new 4K HD cameras and 5 NVR systems across seven dorm parking lots, ensuring compatibility with the existing CCTV framework while adhering to safety and environmental compliance standards. This upgrade is crucial for enhancing surveillance capabilities and operational security at the base. Interested small businesses must submit their quotes by September 23, 2024, and can direct inquiries to Jonathan Turk at jonathan.turk@us.af.mil or Matthew Hackett at matthew.hackett.1@us.af.mil.
    FY24_Common Access Card (CAC)_Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for a Common Access Card (CAC) Door Access System for the Air Force Judge Advocate General School. This procurement aims to enhance security measures by acquiring access control equipment, software, and installation services, with a focus on new equipment only. The contract is set aside for small businesses, and all quotes must be submitted by 10:00 AM CDT on September 23, 2024, following a site visit scheduled for September 18, 2024. Interested vendors should ensure compliance with federal acquisition regulations and can contact Lauryn Setzer or William Stallings for further information.