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
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Access Control System (ACS) at Eglin Air Force Base in Florida. The contract requires comprehensive maintenance services, including 24/7 technical support, hardware replacements at no additional cost, and regular software updates to ensure the security systems operate effectively across 30 secure facilities. This procurement is critical for maintaining the functionality of security systems that manage classified information, with a proposal submission deadline set for April 23, 2025, at 8 AM local time. Interested vendors should direct inquiries to A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil for further details.
Enterprise Systems Security Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking qualified sources for Enterprise Systems Security Support Services to ensure the integrity and availability of Precise Time and Astrometry (PTA) systems critical for Department of Defense operations, including GPS. The procurement aims to establish a robust security framework that includes infrastructure and personnel, such as transport engineers and cyber security operators, to maintain system functionality with an uptime exceeding 99.999%. This initiative is vital for the reliability of PTA data products, which are essential for navigation across various DoD systems. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 PM EST on April 24, 2025, to the primary contact, Gil Dobison, at gilbert.k.dobison.civ@us.navy.mil. The anticipated contract will be a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a base period from April 6, 2026, to April 5, 2027, and four option periods.
PATRIOT Engineering Services (ESM) 2027 - 2032
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking interested contractors to provide engineering services for the PATRIOT Weapon System Program from February 1, 2027, to January 31, 2032. The procurement aims to support a range of engineering activities, including program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing, essential for the modernization and integration of the PATRIOT system. Interested firms must demonstrate their expertise and experience in these areas and submit their qualifications to the Contract Specialist, Adam Sheir, at adam.d.sheir@dla.mil by 4:00 p.m. on May 7, 2025. This opportunity is a sources-sought announcement for planning purposes and does not constitute a solicitation.
Fort Johnson FY25 Electronic Security Systems (ESS) Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Electronic Security Systems (ESS) maintenance services at Fort Johnson, Louisiana. The contractor will be responsible for maintaining, troubleshooting, and installing various electronic security systems, including intrusion detection, video surveillance, and access control systems, in compliance with Army regulations. This opportunity is crucial for ensuring the operational efficiency and security of sensitive installations, with a focus on engaging small businesses across diverse socioeconomic categories. Interested parties must submit their capabilities statements by April 24, 2025, to the designated contacts, Tonia Smith and Komlan E. Dougah, via the provided email addresses.
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.
Facility Badge In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. The objective is to replace an outdated key access method with a comprehensive ID badging system that enhances security through updated card readers, surveillance cameras, and independent entry access control compatible with the DoD Common Access Card (CAC). This upgrade is crucial for protecting significant DoD assets and efficiently managing authorized access, with proposals due by May 1, 2025, at 10:00 A.M. ET. Interested vendors must reference RFQ number FA481425TF050 in their submissions and ensure they are registered in the System for Award Management, with evaluations based on technical capability and pricing.
EDDY CURRENT PROBE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting bids for the procurement of Eddy Current Probes, with a total small business set-aside under solicitation number SPMYM225Q1501. The contract will involve a firm fixed-price supply agreement for delivery to Bremerton, Washington, and emphasizes compliance with federal regulations, including cybersecurity measures as outlined in NIST SP 800-171. This procurement is crucial for ensuring the operational readiness and maintenance of defense systems, highlighting the government's commitment to involving small businesses in federal contracting. Interested vendors must submit their offers by April 23, 2025, and can contact Lina Cruz at Lina.1.Cruz@DLA.MIL or 360-813-9267 for further details.
Motion Detector
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to procure a Motion Detector, identified by NSN: 6350014781820. This procurement involves a Request for Proposal (RFP) for a quantity contract of 18 units, with options for 50% and 100% additional quantities, specifically manufactured by Triumph Actuation Systems under part number 4308103-1. The Motion Detector is crucial for security and detection applications within military operations, and the solicitation is expected to be issued using FAR 13.5 Simplified Procedures for Certain Commercial Products and Services, with an anticipated release date of May 12, 2025. For further inquiries, interested parties may contact Timothy Kitzinger at Timothy.Kitzinger@dla.mil or by phone at 215-737-9504.
DDSP Swat Box Maintenance
Buyer not available
The Defense Logistics Agency (DLA) Distribution intends to award a sole-source contract for the maintenance and support of Secure Web-enabled Audit Technology (SWAT) boxes and Secure Asset Management (SAM) key boxes, specifically to Del Mar Enterprises, the exclusive Northeast Factory Authorized Sales/Service Center for these products. This procurement is in accordance with FAR 13.106-1(b), which permits contracts without competition when only one source is reasonably available, and includes necessary annual maintenance services. The SWAT and SAM boxes are critical for security and asset management within the Department of Defense, ensuring effective monitoring and control of sensitive materials. Interested contractors are encouraged to submit qualifications statements by April 27, 2025, to inform the government’s decision on the necessity of a competitive procurement process; however, no solicitation will be posted on SAM.gov, and if no alternative proposals are received, Del Mar Enterprises will secure the award. For further inquiries, contact Morgan Costanzo at morgan.costanzo@dla.mil or call 717-770-8868.
63--CONTROL,ALARM
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of CONTROL, ALARM systems, specifically NSN 6340001150701. The requirement includes two lines: 14 units for delivery to DLA Distribution Depot Hill within 170 days after order and 19 units for the same location under the same timeline. These alarm systems are critical for security detection and are essential components in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.