Security System Upgrades - Key West, FL
ID: 1305M224Q0337Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the upgrade of the integrated security system at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project aims to enhance the facility's security through the installation of a video surveillance system and a building interior monitoring system, as recommended by a recent security assessment. This initiative is crucial for ensuring the safety and protection of the environmental complex, which plays a vital role in marine conservation efforts. Interested contractors must submit their quotes by 5:00 P.M. Eastern on September 10, 2024, and are encouraged to conduct site visits to understand local conditions. For further inquiries, contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a site security plan for the U.S. Navy, emphasizing electrical and camera installations at a facility. Key elements include detailed specifications for various components like surveillance cameras, control junction boxes, and conduits, which are crucial for securing the site. The plan indicates camera mounting heights, placement of electrical junction boxes, and routing requirements for wiring to ensure efficient connectivity. The document is part of a federal grant and outlines structural and electrical requirements, serving as a technical guide for implementing security measures in line with safety and operational standards. It demonstrates the Navy's commitment to enhancing site security through modern technology and infrastructure management. Overall, it provides essential technical details necessary for contractors and engineers involved in the installation and maintenance of security systems at the site.
    The document outlines a security plan for the first floor of the Dr. Nancy Foster Florida Keys Environmental Center, under the contract with NOAA's Florida Keys National Marine Sanctuary. Key elements include the project details, site layout, and specific building designations labeled A through C. The plans illustrate various functional areas such as office spaces, a tool storage area, and a marine maintenance bay. Consultants Eskew+Dumez+Ripple and the Associated Design Group, Inc. are involved in this design effort. The document also contains technical drawings and planning details, indicating a structured approach to ensuring safety and functionality within the facility. The overall objective is to create an efficient environment that meets regulatory and operational needs, emphasizing security and proper infrastructure as part of federal efforts to enhance environmental stewardship in the Florida Keys region.
    The document outlines the architectural and security plans for the Florida Keys Environmental Center, managed by NOAA under contract number 50WCNA806042. The focus is on the layout of several office spaces, meeting rooms, and facilities such as a kitchen, shower, and a loading area. It includes detailed diagrams of the first and second floors, highlighting the arrangement of rooms and necessary security control panels. The project aims to create a functional and secure environment for the operation of the National Marine Sanctuaries. The plans indicate collaboration with consulting firms, Eskew+Dumez+Ripple, and Associated Design Group, emphasizing the integration of engineering expertise. The document serves as a technical guide for construction and renovation efforts, ensuring compliance with safety and operational standards. Overall, it represents a structured effort to improve the facilities supporting marine environmental research and conservation efforts in the Florida Keys region.
    The document outlines the architectural and engineering plans for the Dr. Nancy Foster Florida Keys Environmental Center, managed by the U.S. Department of Commerce and NOAA. It includes a first-floor section plan detailing various facilities within the center, such as offices, multi-purpose rooms, storage areas, and educational spaces. The plans also incorporate security measures and technical support facilities. The project is identified by contract number 50WCNA806042 and is part of a wider initiative to enhance marine research and education in the Florida Keys National Marine Sanctuary. Key consulting firms involved include Eskew+Dumez+Ripple and the Associated Design Group, Inc. This architectural documentation aims to ensure compliance with federal standards while facilitating a functional and educational environment focused on marine conservation efforts.
    The provided government document contains encoded data likely associated with federal and state RFPs (Requests for Proposals) and grants. It appears to be a structured set of information that might include various regulations, guidelines, or administrative details related to funding and proposal submissions in a governmental context. Unfortunately, the text is largely unintelligible due to encoding, which obscures its specific content. The intended purpose of the document may include outlining eligibility criteria, application processes, funding opportunities, and reporting requirements associated with federal grants and procurement at the local and state levels. Such documents typically aim to ensure transparency, support compliance with governmental standards, and facilitate the solicitation of proposals from potential contractors or organizations seeking financial assistance. Due to the nature of the encoding, specific insights into the projects, grants, or proposal guidelines equivalent to standard RFP documentation are missing. Thus, the recurring themes may center around collaboration, regulatory adherence, and financial management within public sector contracting and grant-making processes.
    The Past Performance Information Form is a key component for vendors responding to federal RFPs, particularly focused on security system installations. Vendors are required to provide detailed descriptions of their relevant experience within the last three years, including examples of similar contracts. The document outlines essential elements that quoters must include, such as contact information for references, the contract type, total dollar value, services provided, and the period of performance. Vendors must submit a maximum of three relevant contracts, demonstrating their past performance and quality of service. Additionally, newly formed entities must detail the experience of their key personnel. The evaluation process allows the government, including NOAA, to seek information from various sources to assess prior performance accurately. The form encourages transparency regarding any challenges faced during contract performance and the corrective actions taken. Overall, this form is designed to ensure that contractors can demonstrate their capability to meet the requirements of the solicitation based on their past experiences and performance metrics.
    The National Oceanic Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) for upgrading the security system at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project requires contractors experienced in security installations, with a performance period of 120 days from the award date. Bids are sought from small businesses, and quotes must comply with specific requirements, including the NAICS code 561621 for Security System Services. Contracts will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested contractors are encouraged to schedule a site visit and submit their quotes via email by 5:00 P.M. Eastern on September 10, 2024. Potential bidders must also provide documentation of past performance, a list of key personnel, and confirm agreement with the RFQ terms. The anticipated award date is September 13, 2024. Compliance with various regulations, including the Department of Labor Wage Number and NOAA policy on sexual assault and harassment prevention, is required for participation in this solicitation. This RFQ represents a commitment by the NOAA to enhance security measures at the environmental complex while providing an opportunity for small businesses to engage in federal contracting.
    The National Oceanic and Atmospheric Administration (NOAA) seeks proposals for upgrading the integrated security system at the Nancy Foster Florida Keys Environmental Complex, located in Key West, Florida. This upgrade involves enhancing the Video Surveillance System (VSS) and implementing a Building Interior Monitoring System (BIMS) as recommended by a recent security assessment. Vendors are encouraged to conduct site visits to understand local conditions affecting the project. Key deliverables include the installation of eight exterior and seven interior cameras, all integrated with a digital wireless recording system and compatible with existing technologies. Additionally, the project requires connecting door prop monitoring devices and motion detectors to a control system, as well as setting up annual monitoring contracts for security notifications. Contractors must comply with various federal regulations, including those under the National Defense Authorization Act (NDAA), and ensure that all equipment is certified and meets cybersecurity standards. The project timeline spans 120 days upon contract award, and the contractor is responsible for all associated travel expenses. This effort underlines NOAA's commitment to enhancing security measures at its environmental facility.
    The document addresses various federal and state RFPs, grants, and funding opportunities relevant to organizations and businesses seeking financial support to execute specific projects. It outlines the processes involved in applying for federal grants, emphasizing the importance of adherence to stipulated guidelines for submission, eligibility criteria, and compliance with federal regulations. The document provides insight into how prospective applicants can identify suitable programs that align with their objectives and goals. It also highlights partnerships between federal, state, and local entities to promote community developments, infrastructure enhancements, and environmental initiatives. By underscoring the collaborative nature of these opportunities, the document seeks to facilitate the effective allocation of resources and foster sustainable development projects within communities. Overall, the primary purpose conveys the significance of informed applications and partnership engagement in securing funding assistance for diverse initiatives, ultimately contributing to broader economic and social progress.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the Manchester Campus Addition Construction project at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new, energy-efficient facility spanning approximately 24,000 gross square feet, which will include advanced laboratory spaces for marine species research and studies on ecosystem impacts, consolidating various functions currently spread across multiple sites. The procurement will follow Full and Open Competition guidelines, utilizing a Best Value approach where technical factors are prioritized over cost, with an estimated construction budget between $25 million and $35 million and a projected completion timeline of 700 days. Interested contractors must be registered with the System for Award Management (SAM) and are invited to a pre-submission site visit on February 21, 2025, with the official solicitation expected to be published on February 4, 2025. For further inquiries, contractors can contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Scott Gebhardt at scott.gebhardt@noaa.gov.
    NOAA: R.M. Young Wind Monitor Supplies
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide various R.M. Young Wind Monitor supplies essential for environmental monitoring stations operated by its Center for Operational Oceanographic Products and Services (CO-OPS). The procurement aims to replenish and replace existing supplies, emphasizing the need for specific brand-name components to ensure compatibility with current systems, thereby avoiding significant costs and delays associated with alternative products. Interested offerors must submit their electronic quotes, confirming active registration in the System for Award Management (SAM), and adhere to the outlined submission requirements by the specified deadline. For further inquiries, potential bidders can contact Nikki Radford at nikki.radford@noaa.gov or Steven Prado at steven.m.prado@noaa.gov.
    58--NCR-WOTR: REPLACE VIDEO SECURITY SYSTEM
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the video security system at Wolf Trap National Park for the Performing Arts. The project aims to enhance safety and security for visitors, staff, and performers by replacing the outdated analog CCTV system with a modern, reliable surveillance solution that meets national and state code requirements. This procurement is a Total Small Business Set Aside under NAICS code 238210, with a firm fixed-price contract anticipated, and proposals are due by 12:00 PM Eastern Time on September 20, 2024. Interested contractors should contact Franklin Mahan at franklinmahan@nps.gov or call 240-741-3727 for further details.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    Commercialization and interagency coordination support services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services for commercialization and interagency coordination under Requisition 145049-24-0023. The primary objective of this procurement is to provide comprehensive assessments and support related to NOAA's intellectual property portfolio, which encompasses approximately 60 active technologies, including technology viability assessments and commercialization roadmaps. This initiative is crucial for enhancing the application of NOAA technologies in collaboration with Department of Defense programs, guided by the DoD T2 national MILTECH Partnership Intermediary Agreement. The contract is set to close on September 19, 2024, with the intended award going to Montana State University's Office of Sponsored Programs, and interested parties may express their capabilities, although competition is not anticipated. For further inquiries, contact Darrin Moore at darrin.moore@noaa.gov.
    Synopsis for Architect-Engineer (A-E) Services for NOAA Global Monitoring Laboratory (GML) American Samoa Atmospheric Baseline Observatory (SMO)
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer (A-E) firms to provide design services for the American Samoa Atmospheric Baseline Observatory (SMO), focusing on the development of a renewable energy system aimed at achieving net-zero electricity. The project requires expertise in electrical, structural, and wind engineering to design a system incorporating photovoltaic (PV) technology, battery energy storage (BESS), and wind energy solutions. This initiative is crucial for advancing NOAA's sustainability goals and enhancing atmospheric research capabilities in a challenging island environment. Interested firms must submit their proposals by September 27, 2024, with the anticipated contract value ranging between $1,000,000 and $5,000,000. For further inquiries, contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or call 303-578-6768.
    RFI: Weather Radar Technologies and Concepts of Operations for the National Weather Service
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting market research to gather information on advanced weather radar technologies and operational concepts to enhance the capabilities of the National Weather Service (NWS). The primary objective is to identify innovative solutions that can improve the performance and reliability of the NWS Doppler radar system, particularly in detecting severe weather events and addressing aging infrastructure. This initiative is crucial for enhancing weather monitoring and forecasting capabilities, ultimately contributing to public safety and effective disaster response. Interested vendors are encouraged to submit their responses by September 20, 2024, and can direct inquiries to Daniel Hoffman at daniel.t.hoffman@noaa.gov or Kevin J Buum at kevin.j.buum@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.