Intrusion Panel Upgrade Station Seattle
ID: USCG-SPS-0006Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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 Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install an Intrusion Detection System (IDS) at the USCG Station in Seattle, Washington. The project involves supplying and installing a DMP-XR150DNL-G panel, a distress button, an alarm keypad, a Level 2 HSS Balanced Door Contact, and a 360-degree motion sensor, with existing conduit to be reused. This initiative is part of a strategic effort to enhance security measures within Coast Guard facilities, and the contract will be awarded based on the lowest price technically acceptable. Interested small businesses must submit their quotes by September 1, 2024, to Elizabeth Meister at elizabeth.a.meister@uscg.mil, with the performance period scheduled from October 20, 2024, to November 10, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for commercial services issued by the U.S. Coast Guard, specifically for the installation of an Intrusion Detection System at USCG Station Seattle. It includes the requisition number, solicitation number, and vital contact details for further inquiries. The contract is unrestricted and encourages bids from various categories of small businesses, including HUBZone, service-disabled veteran-owned, and women-owned businesses. The solicitation was issued on August 20, 2024, with offers due by September 1, 2024. The period of performance for the project is defined as October 20, 2024, to November 10, 2024. The document also outlines the responsibilities regarding payment and invoice submissions, referencing applicable Federal Acquisition Regulations (FAR). This solicitation represents a strategic procurement initiative aimed at enhancing security measures within the Coast Guard’s facilities.
    The U.S. Coast Guard is seeking a contractor to provide and install a new Intrusion Detection System (IDS) at the USCG Station Seattle. The contractor will need to supply personnel, equipment, and materials to install one DMP-XR150DNL-G panel, a distress button, an alarm keypad, a Level 2 HSS Balanced Door Contact, and a 360-degree motion sensor, with existing conduit reused for the project. The work will take place Monday through Friday during standard hours (8:00 AM to 3:00 PM) and is expected to include setup, system launch, updates, and employee training. The project will be awarded to the lowest responsive bidder, who must register with the System Award Management (SAM) prior to the award. Security measures are heightened, requiring valid ID for contractor personnel on-site. The document outlines responsibilities for the contractor, including proper management and quality control, and specifies that all tasks must align with established guidelines and timelines to ensure compliance with government expectations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and an Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The project aims to enhance security infrastructure by ensuring compatibility with the existing Honeywell Vindicator security system, with a focus on compliance with Technical Specifications for Sensitive Compartmented Information Facilities (ICD 705). This procurement is set aside exclusively for small businesses, with a total set-aside amount of $25 million under NAICS code 561621, and requires completion within 180 days post-award. Interested vendors must submit their quotations by September 24, 2024, and can direct inquiries to SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    70Z03024QCLEV0125 - U.S. Coast Guard Air Station Detroit Fire Suppression Inspection
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the inspection of the fire suppression system at the Air Station Detroit, located in Selfridge ANGB, Michigan. The procurement involves providing all necessary labor, materials, equipment, transportation, and supervision to conduct the fire suppression system inspection, as detailed in the Statement of Work. This contract, estimated to be under $25,000, emphasizes the importance of maintaining safety standards and compliance with federal regulations for fire control equipment. Interested parties should contact Amanda D. Tobin at Amanda.D.Tobin@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote, expected to be available in approximately seven days.
    Fire Detection System Inspect and Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking a Fire Detection System Inspect and Test service. This service is typically used to ensure the proper functioning and safety of fire detection systems on ships and marine equipment. The place of performance for this procurement is in Alameda, CA. Interested vendors must submit their quotes by 0800 Pacific Time on November 7, 2023, and the contract will be awarded on a firm-fixed-price basis. For more details, interested vendors can refer to the attached statement of work.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the installation of an Access Control System (ACS) and an Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, including the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.
    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.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    Intrusion Detection System Installation V5, Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the installation of an Intrusion Detection System (IDS) at Tyndall Air Force Base, Florida. The project involves the design, procurement, and installation of IDS components, specifically utilizing Honeywell equipment, while ensuring compliance with security protocols and environmental standards. This initiative is crucial for enhancing the security infrastructure at the base, with the contractor responsible for system integration, testing, and providing warranty support for one year post-installation. Interested parties should contact Trivane Dennis at trivane.dennis@us.af.mil or Deborah Williams at deborah.williams.3@us.af.mil to express their interest and capabilities in fulfilling the requirements outlined in the attached Statement of Work.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, under solicitation FA480024Q0041. The contractor will be responsible for planning, procuring, and installing the security alarm systems in multiple buildings, ensuring compliance with all applicable construction codes and federal regulations. This initiative aims to enhance the security infrastructure of military facilities, providing a safe environment for personnel during training. Interested small businesses must submit their quotes by September 20, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    81st Readiness Division (RD) Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Charleston District, is seeking qualified contractors to provide Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services for the 81st Readiness Division (RD). The procurement aims to ensure the operational integrity of IDS across various military facilities, requiring contractors to perform semi-annual preventative maintenance inspections and execute corrective maintenance as needed. This contract is crucial for maintaining security measures at federal installations, reflecting the government's commitment to safety and operational readiness. Interested small businesses must submit their quotes by September 23, 2024, with a total contract capacity capped at $2,500,000, and can direct inquiries to Lauren Secor at Lauren.L.Secor@usace.army.mil or Brandon Lewis at Brandon.H.Lewis@usace.army.mil.