Intent to Sole Source Access Control Upgrade CAC Readers
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, intends to sole source the procurement of access control upgrade CAC readers from Siemens Industry, Inc. This procurement is necessitated by the proprietary nature of the required products and services, which include access to proprietary software and system configurations essential for ensuring compatibility with existing infrastructure. The deadline for interested parties to submit their interest and capability to respond is February 7, 2025, at 2:00 PM CST, with inquiries directed to Francesca Deboer via email at francesca.e.deboer@usace.army.mil or by phone at 504-862-1604.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source Soo Area Office Security Infrastructure
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to sole source a contract to Siemens Industry Inc. for the expansion of security infrastructure at the Soo Area Office in Sault Ste. Marie, Michigan. The procurement aims to enhance security by adding additional cameras and CAC readers for the Sault Material Storage project, with specific requirements including various models of fixed and PTZ cameras, as well as high assurance CAC readers. This initiative is critical for ensuring the safety and security of the storage yard and parking lot areas. Interested parties capable of providing directly compatible equivalent products are encouraged to submit their qualifications and supporting documentation to the primary contacts, Joseph Russell and Stephanie M. Craig, via email by the specified deadline.
    SOLE SOURCE BADGE READERS INSTALLATION
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, intends to award a sole source contract to Integrated Security Technologies (IST) for the installation of an Automated Access Control System (AACS) in Building 297. The primary objective of this procurement is to enhance security by replacing the existing system while ensuring operational efficiency and maintaining system architectural consistency. IST, as the original installer and dealer of record for the SoftwareHouse CCure 9000 AACS, possesses unique knowledge and proprietary rights necessary for the maintenance and repair of the system, which is critical for the Shipyard's security posture. Interested parties may submit capability statements to Chantay Johnson at chantay.c.johnson.civ@us.navy.mil, although the government will not pay for any information received, and no competitive proposals will be accepted.
    Siemens Single-Phase Voltage Regulators
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure nine Siemens JFR single-phase voltage regulators for Marine Corps Installations - East, with a total estimated value of $421,480.80 for fiscal year 2025. This procurement is classified as a sole source acquisition under the SBA Certified Women-Owned Small Business (WOSB) Program, necessitated by the requirement for compatibility with existing Siemens equipment currently in use at Marine Corps Base Camp Lejeune and MCAS New River. The selected regulators are critical for maintaining operational consistency within the power systems at these installations, and the contracting officer has determined the anticipated cost to be fair and reasonable. Interested parties can reach out to Kasey King at kasey.king@usmc.mil or 910-451-3018, or Crystal Turner at crystal.turner@usmc.mil or 910-451-1582 for further information.
    INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
    Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.
    Two (2) New Replacement Lattice Boom Crawler Cranes
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for the procurement of two new replacement lattice boom crawler cranes to be delivered to New Orleans, Louisiana. The contract requires the provision of cranes that meet specific technical specifications, including a 135 ft and a 115 ft lattice boom crawler crane, both equipped with duty cycle capabilities and various safety and operational features. These cranes are essential for construction and heavy lifting operations, ensuring compliance with environmental standards and operational safety. Interested vendors should respond to the sources sought notice by providing their company information and product details to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil, by February 13, 2025, at 11:00 p.m. CST.
    Engineering Control System Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors regarding the procurement of Engineering Control System Hardware. The requirement includes specific items such as managed network switches, programmable logic controllers, and communication interface modules, primarily from the brand SIEMENS, to support mission-critical operations. This procurement is essential for enhancing the operational capabilities of the Navy's engineering control systems. Interested parties must submit their responses electronically to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by 3:00 PM EST on February 13, 2025, with all submissions becoming government property and not subject to return.
    SOLE SOURCE – SIG SAUER WEAPONS COMPONENTS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure SIG SAUER weapons components under a sole source contract. This procurement is specifically aimed at acquiring military-grade components from SIG SAUER INC., due to their exclusive capabilities as the original equipment manufacturer. The components are essential for various defense applications, ensuring the operational readiness and effectiveness of military weapon systems. Interested vendors must submit their quotes by 3:00 PM Eastern Time on February 14, 2025, and should direct inquiries to Shelby Craig at shelby.j.craig.civ@us.navy.mil, while ensuring they are registered in the System for Award Management (SAM).
    Notice of Intent to Sole Source: WHS/AD Electronic Security Systems and Maintenance Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract to Advantor Systems Corporation for electronic security systems and maintenance support services. This procurement is justified under the authority of FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The services are critical for maintaining security alarm systems, which play a vital role in safeguarding government facilities. Interested parties may submit capability statements for consideration, although the government reserves the right to proceed with the sole source award without competition. For further inquiries, contact Leanne Condren at leanne.condren.civ@mail.mil, with the reference number HQ003425R0077 associated with this opportunity.
    Procure DEFORM software renewal
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the renewal of the DEFORM software license from Scientific Forming Technologies. This procurement aims to secure a third-year renewal license for the 3D DEFORM software, which is critical for the ongoing Model Based Manufacturing (MBM) project, NISE-219, and includes provisions for software upgrades and technical support. The DEFORM software is essential for ensuring continuity in manufacturing capabilities and addressing potential knowledge gaps associated with new software features. Interested parties must submit their capabilities by February 6, 2025, at 10 AM EST, and should direct inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil.