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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    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.
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and emergency repair services for Electronic Security Systems (ESS) at Carlisle Barracks, Pennsylvania. The procurement includes semi-annual preventive maintenance, corrective repairs, and emergency response services for Intrusion Detection Systems (IDS) and related components, ensuring compliance with manufacturer guidelines and effective system operation. This contract is crucial for maintaining secure facilities and upholding stringent security protocols. Interested small businesses must submit their quotes by March 17, 2025, and are encouraged to attend a site visit on March 6, 2025. For further inquiries, contact Christine Cairo at christine.a.cairo.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.
    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.
    Electronic Security Systems at Libby Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the upgrade of Electronic Security Systems (ESS) and Video Management Systems (VMS) at the Libby Dam Project in Montana. This procurement is specifically set aside for small businesses and requires contractors to provide software installation, programming, commissioning, and training to enhance the existing failing security systems, which are critical for managing access, intruder detection, and video surveillance. The project underscores the importance of robust electronic security measures for the safety of critical infrastructure, with proposals due by March 10, 2025. Interested contractors must be registered in the System for Award Management (SAM) and adhere to safety protocols, with further inquiries directed to McKenna Rain at mckenna.t.rain@usace.army.mil or by phone at 206-316-4434.
    Key Box Warranty Support
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide warranty support services for 40 electronic Key Boxes located at the Defense Supply Center in Richmond, Virginia. The contract entails offering technical support via telephone and email, software updates, and necessary replacement parts for a duration of one year, with strict requirements for logging and tracking services and a response time of one working day for service requests. This procurement is critical for maintaining the operational integrity and security of the electronic key systems, ensuring compliance with federal regulations and safety standards. Interested parties can contact Benjamin Maxwell at benjamin.maxwell@dla.mil or Allison Douglewicz at allison.douglewicz@dla.mil for further details, with the anticipated project duration starting from June 7, 2025.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & COLORADO AVE, JOINT BASE LEWIS/MCCHORD, WA 98433-9500.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis/McChord in Tacoma, WA. Contractors are required to meet specific technical requirements, including configuring Ethernet frame sizes for jumbo frames, ensuring a round-trip delay of no more than 10 milliseconds, and providing detailed quotes that include Local Exchange Carrier (LEC) information and compliance with testing protocols. This procurement is critical for enhancing telecommunications capabilities within military operations, ensuring reliable and efficient service delivery. Interested contractors must submit their detailed proposals by December 9, 2024, and can direct inquiries to John Beckman or Dale Rupright via email for further clarification.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    NSWCPD -Bldg. 29 - Design Build Fire Alarm Repairs (Mass Notification System)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and construction of a Fire Alarm and Mass Notification System (FA&MNS) repair at Building 29 in Philadelphia, Pennsylvania. This project is set aside for small businesses and has an estimated contract value between $500,000 and $1,000,000, with proposals due by April 3, 2025. The procurement emphasizes the importance of safety and compliance in government facilities, requiring contractors to demonstrate relevant experience, provide bonding, and adhere to stringent submission guidelines, including a valid NIST SP 800-171 assessment for cybersecurity. Interested contractors can reach out to primary contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or secondary contact David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.