Electronic Security System Maintenance Support Services
ID: SP330025Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Oct 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 6, 2024, 12:00 AM UTC
  3. 3
    Due Dec 13, 2024, 3:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking proposals for Electronic Security System Maintenance Support Services at its facility in Puget Sound, Washington. The procurement aims to ensure the maintenance and operational efficiency of critical electronic security systems, including Intrusion Detection and Access Control Systems, while adhering to cybersecurity best practices and government regulations. This contract is vital for maintaining the safety and security of government installations, with a performance period from December 28, 2024, to December 27, 2029, and an estimated total contract value of $25,000 over its duration. Interested contractors must submit their proposals by December 13, 2024, at 10:00 AM EST, and can direct inquiries to Deborah Johnson at Deborah.L.Johnson@dla.mil or Erik J. Smith at erik.smith@dla.mil.

Files
Title
Posted
Dec 6, 2024, 1:43 PM UTC
This government document outlines Amendment 0002 to Solicitation SP3300-25-Q-0013, which pertains to a contract involving maintenance and service provisions, specifically addressing concerns about operations testing, cybersecurity support, and equipment maintenance. The closing date for submission remains December 6, 2024, at 10:00 AM ET. Key points addressed include clarification that daily operations testing is not included in fixed price contract line items (CLINs) for maintenance, while other services like cybersecurity support are incorporated. The document answers several contractor questions regarding contract specifications, pricing, and compliance, indicating that equipment not listed in the existing attachments will be maintained and new modifications may be introduced as necessary. It emphasizes the importance of precise acknowledgment of amendments for submissions, while permitting direct communication with the Contract Specialist for proposal clarifications. The document serves as a critical communication tool within federal procurement, ensuring transparency and adherence to contractual obligations for potential bidders. Overall, it functions to provide essential updates and guidelines necessary for compliance in the bidding process.
Dec 6, 2024, 1:43 PM UTC
The document is an amendment (0003) to Solicitation SP3300-25-Q-0013 by the DLA Distribution Acquisition Operations. It specifies the acknowledgment process for offers, emphasizing the importance of timely receipt to avoid rejection. The amendment clarifies that the closing date remains unchanged, set for December 13, 2024, at 10:00 AM Eastern Time, and incorporates answers to questions submitted by contractors, which could impact the resulting contract. Key responses include confirmation that the incumbent contract will renew the expired Software Upgrade and Support Plan (SUSP), requiring past dues to be covered in the proposal. Additionally, it notes that while the current Lenel system is outdated, the upcoming comprehensive upgrade next year excludes further upgrade costs from the present proposal. The amendment delineates procedures for modifying offers and maintaining contract terms, underlining the procedural integrity necessary for federal solicitations. Overall, it emphasizes compliance with established rules for modifying contracts and the critical nature of acknowledging bidding instructions and amendments in government procurement processes.
Dec 6, 2024, 1:43 PM UTC
This document is an equipment list related to an Electronic Security System for the DLA Distribution in Puget Sound, Washington, dated April 19, 2021. It provides a detailed inventory of security-related equipment, including items such as electric sirens, emergency door releases, transformers, and various models of sensors and power supplies. The list specifies the quantity (QTY) and locations (Buildings 449, 467, 494, and 970) for each item. Key pieces of equipment include card readers, printers, and modules for control and communication systems, highlighting a comprehensively planned approach to security infrastructure across multiple buildings. This inventory is likely part of a government RFP or grant application process aimed at enhancing security measures, ensuring compliance with federal standards, and supporting the overall safety objectives at these facilities.
Dec 6, 2024, 1:43 PM UTC
The document outlines the maintenance task lists for Electronic Security Systems (ESS) at DLA Distribution, Puget Sound, WA. It serves the purpose of maintaining operational efficiency and security for various equipment, including badge workstations, cameras, and alarm systems. Each task lists specific frequencies for inspections, typically ranging from monthly to quarterly, with verification methods for equipment model numbers and visual inspections for wear and damage. Key tasks include verifying operational status, cleaning equipment per specifications, and testing alarms and card access systems. Maintenance procedures also involve documenting test results at workstations to ensure accountability and compliance with operational standards. The document articulates the structured approach necessary for the upkeep of security systems in a government context, aligning with best practices outlined in RFPs and grants. Overall, this maintenance guide underscores the importance of proactive management of security technology, promoting safety and efficiency within federal facilities.
Dec 6, 2024, 1:43 PM UTC
The document discusses the procurement processes involved in federal and state local requests for proposals (RFPs) and grants. It highlights the systematic approach to gathering bids for government-funded projects, emphasizing collaboration among stakeholders, including local jurisdictions and federal entities. Key aspects addressed include the criteria for eligibility, the evaluation process of proposals, funding allocations, and the prioritization of projects that align with governmental objectives. The document outlines the importance of compliance with regulatory standards, the necessity of community engagement, and the emphasis on transparency throughout the proposal process. It also touches on the intricate development of project ideas tailored to meet specific community needs, underlining that proposals must demonstrate capacity, sustainability, and innovation. Ultimately, it serves as a guide for organizations to navigate the complexities of obtaining funding for various initiatives, ensuring they understand the principles that govern public financing and project execution. The correspondence and formatted structure aim to facilitate a clear understanding of the expectations and requirements related to federal and state funding mechanisms.
Dec 6, 2024, 1:43 PM UTC
The document outlines the Independent Government Cost Estimate (IGCE) for Essential Maintenance Services (ESS) of the Integrated Electronic Security System (IESS) at DLA Distribution Hill, UT. It provides a financial framework for a firm-fixed-price and time & materials contract spanning four option years, commencing December 28, 2024. The base year has a total ceiling price of $5,000, with identical amounts projected for each subsequent option year, culminating in $25,000 total across the contract duration. Services include quarterly preventative maintenance, repairs during normal working hours, and cyber documentation production, where the contractor is compensated based purely on actual hours worked. Material details for services are included, specifying the preventive and remedial maintenance tasks. The scope addresses labor rates and essential parts required, reflecting the government's commitment to asset integrity and cybersecurity. Overall, the document serves to establish clear financial parameters for maintenance services, aligning with government contract regulations, ensuring both accountability and assurance in managing federal security systems.
Dec 6, 2024, 1:43 PM UTC
The Performance Work Statement (PWS) for Electronic Security System Maintenance Support Services outlines the requirements for the Defense Logistics Agency (DLA) Distribution Puget Sound, aimed at maintaining critical electronic security systems and infrastructure safety. The contractor is required to provide comprehensive project management, including operations, preventative maintenance, and corrective maintenance for systems like Intrusion Detection and Access Control Systems, ensuring cybersecurity and compliance with government regulations. Key tasks include managing maintenance support, adhering to a strict project management framework, and ensuring cybersecurity best practices are implemented across the systems. The contractors must submit various deliverables, including a monthly status report, configuration audits, and warranty documentation, while maintaining high availability and responsiveness to service calls. Additionally, the PWS emphasizes the need for qualified personnel, adherence to certification requirements, and systematic quality assurance to meet government standards. Overall, this contract highlights the DLA's commitment to upholding facility security and safety through diligent maintenance and operational support for its electronic security systems.
Dec 6, 2024, 1:43 PM UTC
The document SP3300-25-Q-0013 is a combined synopsis/solicitation by the DLA Distribution Acquisition Operations for commercial products and services, specifically targeting maintenance and repair services at Puget Sound, WA. The solicitation is intended for established firm fixed price contracts with time and materials line item numbers, with proposals accepted until December 2, 2024. The announcement outlines regulatory clauses applicable, and the requirements for service contract compliance, including the Service Contract Act for wage determinations and contractor personnel's security requirements. The performance period spans from December 28, 2024, through December 27, 2029, with possible extensions and options. Contractors must be registered with the System for Award Management (SAM) and submit offers for all contract line items to qualify for award consideration. The government encourages innovative proposals aimed at reducing costs and improving purchasing processes. The document emphasizes the necessity for strict adherence to multiple regulations, requiring both comprehensive proposals and adequate supporting documentation to mitigate risks, uphold standards, and ensure safety on government installations. Overall, it illustrates the government's commitment to efficient procurement practices while ensuring regulatory compliance and optimal service delivery.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MIRC ICS/ACS Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking proposals from small businesses for the maintenance of Intrusion Detection Systems (IDS) and Access Control Systems (ACS) at various Army Reserve Intelligence Support Centers (ARISC). The contract will encompass preventative maintenance, repair services, and compliance with Intelligence Community Directive specifications, ensuring the security systems are operational and meet federal standards. This procurement is critical for maintaining the integrity and safety of military intelligence operations, reflecting the government's commitment to enhancing security measures across its facilities. Proposals are due by March 31, 2025, and interested parties should contact William Campbell at william.j.campbell249.civ@army.mil for further information.
COMPOUND BOOM GATE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of Compound Boom Gates to support Submarine Development Squadron 5. The solicitation specifically calls for the HYSECURITY STRONGARM 20 BARRIER GATE with SMART TOUCH CONTROLLER, emphasizing a brand-name requirement in accordance with federal regulations. This procurement is part of a total small business set-aside initiative, encouraging participation from small businesses, including Service-Disabled Veteran-Owned and Women-Owned entities. Proposals are due by noon on April 4, 2025, and interested parties should direct inquiries to Ligaya Payne at ligaya.payne.civ@us.navy.mil, ensuring compliance with all submission guidelines and federal regulations.
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.
ASTi SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a Software and Information Assurance (IA) Maintenance Contract for a duration of 12 months. This contract will cover maintenance services for 605 Remote Managed Terminals (RMTs) and 327 Voisus Clients, specifically requiring software that is compatible with existing systems to ensure operational continuity and security. The procurement emphasizes the importance of maintaining reliable and secure IT infrastructure within federal operations, reflecting ongoing needs for information assurance in government programs. Proposals are due by April 7, 2025, with an anticipated award date of May 7, 2025. Interested parties should contact Ashlee Wesley at ashlee.wesley@navy.mil or call 540-742-8849 for further details.
DTRA Lenel Maintenance Services
Buyer not available
The Defense Threat Reduction Agency (DTRA) of the Department of Defense is seeking proposals for Lenel maintenance services, which include equipment maintenance, software and hardware upgrades, life cycle replacement, annual system checkups, and technical support for all specified Lenel equipment. The procurement aims to ensure the operational efficiency and security compliance of the agency's security systems, which are critical for safeguarding sensitive information and infrastructure. This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under FAR 19.15, and interested parties can contact Stephen Whalen at stephen.c.whalen.civ@mail.mil or Nanette Rogers-Vigil at nanette.r.rogers-vigil.civ@mail.mil for further details. The solicitation is part of a combined synopsis/solicitation notice, and specific deadlines for submission will be outlined in the official documentation.
Facility Badge-In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to implement a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. This initiative aims to replace an outdated ID badging system with a modern solution that includes the installation of 22 HID card readers and seven updated network cameras to enhance security and access control for Department of Defense assets. The project emphasizes compatibility with the DoD Common Access Card, independent operation from external networks, and centralized management capabilities, while also ensuring user privacy and providing technical support and training. Interested small businesses must submit their capabilities packages by April 9, 2025, to Jon Soucy at jon.soucy@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil, as part of a total small business set-aside program under NAICS Code 334290.
Patient Security System
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for the installation of a Patient Security System (PSS) at Naval Hospital Jacksonville, Florida. The objective of this procurement is to replace the existing PSS with a new system designed to prevent infant abduction, which includes features such as robust monitoring, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. This initiative underscores the critical importance of enhancing healthcare security within the facility, ensuring the safety of vulnerable patients. Interested vendors must submit their quotations by 10:00 AM Eastern Time on April 28, 2025, and can direct inquiries to Heather Clipson or Carrie Gaither via their respective emails for further information.
Test Set, Pylon Ejec; DUN(WSDC)/ Consol PSE, PR: 7007891122; NSN: 4920-009120092
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed price contract to supply 16 units of a Test Set, Pylon Ejec., with NSN 4920-009120092. This procurement is specifically for the Consol PSE end item, and the only approved source for this item is Nobles Worldwide, Inc. The delivery schedule is set for 142 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals by May 15, 2025, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627 for further information. The solicitation is expected to be issued around April 15, 2025, and will be available on the DLA Internet Bid Board Systems (DIBBS) website.
Sources Sought - Security Monitoring Services (Fairchild AFB)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide security monitoring services at Fairchild Air Force Base in Washington. The procurement aims to establish a reliable alarm monitoring system that includes continuous 24/7 surveillance, timely notifications of alarm conditions, and adherence to established security protocols, as outlined in the draft Statement of Work. This initiative is critical for maintaining robust security measures at military facilities, ensuring the safety and security of personnel and assets. Interested parties must respond to the sources sought notice with relevant information, including business details and qualifications, by contacting Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil, with a submission limit of five pages.
James River Reserve Fleet Fire Detection System Upgrade
Buyer not available
The Department of Transportation, specifically the Maritime Administration, is seeking contractors for the upgrade of the fire detection system at the James River Reserve Fleet facilities located at Fort Eustis, Virginia. The project involves removing outdated fire system components and replacing them with new systems in buildings 2606 and 2612, ensuring compliance with safety protocols and operational connectivity. This upgrade is crucial for maintaining safety standards in government infrastructure, with a contract performance period from April 28, 2025, to June 11, 2025. Interested vendors must submit proposals by April 14, 2025, and can contact Scott Lewis at scott.j.lewis.ctr@dot.gov or Robert McDermott at robert.mcdermott@dot.gov for further information.