CHS - Access Control System
ID: 1305M224Q0352Type: 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

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to replace and install a physical access control system at the Hollings Marine Laboratory in Charleston, SC. The project aims to enhance building security by implementing a new system that complies with Homeland Security Presidential Directive 12 (HSPD-12) and Federal Information Processing Standards (FIPS), ensuring rapid lockdown capabilities and integration with existing systems. Interested contractors must demonstrate relevant past performance in similar installations and submit their quotes electronically by 5:00 P.M. Eastern on September 11, 2024, with the anticipated award date around September 13, 2024. For further inquiries, interested parties can contact Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.

    Point(s) of Contact
    Files
    Title
    Posted
    The NOAA Eastern Acquisition Division is initiating a simplified acquisition for brand name components necessary to expand its existing Physical Access Control System (PACS) at various NOAA locations. The contract, valued at $142,000, will only utilize SoftwareHouse components, which are essential for compatibility with the existing NOAA Enterprise PACS and its management system, the CCure 9000. The determination for exclusivity arises from extensive market research, indicating no alternative products can fulfill the agency's technical needs or integrate with the current system. Additionally, this specialized requirement supports the operational capability to manage and monitor federally owned and leased spaces. The project is certified by NOAA representatives, emphasizing that only one source is suitable for this procurement to ensure continuity in security management. Overall, this procurement aligns with NOAA's strategic need for secure access control solutions.
    The document outlines requirements for contractors responding to a government Request for Proposal (RFP) focused on physical access control system installations. It mandates that quoters detail their recent experience (within three years) similar to the required services, providing vendor information and contract specifics, including type of work performed and financial data. Contractors must submit past performance references, limited to three, showcasing relevant contracts and including contact details for verification. New entities without previous contracts must explain the relevance of their key personnel's past experience. The document emphasizes the importance of demonstrating competency through previous work and encourages quoters to discuss problems faced and corrective actions taken. The Government reserves the right to obtain performance information from external sources for evaluation purposes, reinforcing the rigor of the selection process. This initiative reflects the government's meticulous standard for ensuring eligible proposals align with project needs and maintain quality through past performance analysis.
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ 1305M224Q0352) for the replacement and installation of the physical access control system at the Hollings Marine Laboratory in Charleston, SC. This contract is set aside for small businesses, with a performance period of 180 days from the award date. Interested contractors are encouraged to visit the site prior to quoting and must demonstrate relevant past performance in similar installations. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Key requirements for submission include a firm confirmation of agreement with the RFQ terms, provision of company information, and a list of key personnel involved in the project. The final quotes must be submitted electronically by 5:00 P.M. Eastern on September 11, 2024, with the anticipated award date around September 13, 2024. The RFQ incorporates various federal regulations and mandates adherence to labor wage determination applicable to the project, along with compliance with the NOAA Sexual Assault and Sexual Harassment Prevention Policy.
    The purpose of this Statement of Work (SOW) is to contract a vendor for the replacement and installation of the physical access control system (ePACS) at the NOAA Hollings Marine Laboratory in Charleston, SC. The new system must comply with Homeland Security Presidential Directive 12 (HSPD-12) and Federal Information Processing Standards (FIPS). The contractor is responsible for providing all necessary components and technical support, conducting a site survey, and integrating with NOAA's existing access control systems. The project aims to enhance building security by allowing for rapid lockdown capabilities and will involve a phased installation to minimize disruptions to daily operations. The contractor must adhere to various federal regulations, including safety, environmental, and IT security requirements. All installation work will be subject to NOAA's approval processes and must not interfere with existing operations. Deliverables include a detailed project schedule, a warranty on work, final design submissions, and as-built documentation. The selected vendor will work closely with NOAA representatives to install new proximity readers and associated hardware at specified doors outlined in the appendices provided. This document exemplifies the structured and compliance-driven nature of government requests for proposals (RFPs), emphasizing the necessity for security and operational integrity within federal facilities.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, outlining wage rates and benefits for various occupations in South Carolina. It mandates that contractors must comply with minimum wage rates based on the type of executive orders applicable to their contracts, with rates set at $17.20 per hour under Executive Order 14026 effective January 30, 2022, or $12.90 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. Detailed wage rates for numerous occupations, including clerical, automotive, service, health, and technical roles, are provided. Additionally, requirements for fringe benefits such as health and welfare, vacation, and paid sick leave under Executive Order 13706 are stipulated. Specific guidelines for conforming additional classifications and rates not listed are included, indicating the process contractors should follow for any job not specified in the wage determination. Overall, this document serves to establish and enforce wage standards for federal contractors, ensuring fair compensation and compliance with labor laws in the context of government contracts and grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.
    7B--Provide Spare Machinery Control System for NOAA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide spare components for the Machinery Control System (MCS) aboard the NOAA Ship Ferdinand R. Hassler. The procurement includes specific Siemens components, such as programmable logic controllers and various input/output modules, with quantities specified in the attached documentation. These components are critical for maintaining the operational efficiency and safety of the ship's systems. Interested vendors must submit their quotations electronically by September 6, 2024, and ensure compliance with all documentation requirements, including SAM registration and acknowledgment of solicitation amendments. For further inquiries, vendors can contact Alexander Cancela at alexander.cancela@noaa.gov.
    Ruggedized Waterproof Monitors with Mounted Keyboards
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the procurement of ruggedized, waterproof monitors with mounted keyboards, essential for use in marine research operations. The solicitation specifies the need for 17” and 22” Universal Mount Industrial Monitors that meet stringent environmental protection standards (NEMA 4X, IP65/IP66) and compatibility with NOAA-developed software for data entry during fishery research surveys. This procurement is critical for the Ecosystems Surveys Branch, which relies on these monitors to collect and analyze vital data. Interested small businesses must submit their proposals electronically by September 17, 2024, with delivery of the equipment required by September 25, 2024, to Woods Hole, Massachusetts. For further inquiries, contact Kelly Taranto at kelly.taranto@noaa.gov.
    20--The NOAA Ship SHIMADA requires two sets of water t
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide two sets of water-tight double doors for the NOAA Ship SHIMADA. These doors are critical for maintaining the vessel's integrity and safety during marine operations. The procurement is set aside for small businesses under the SBA guidelines, and the relevant NAICS code for this opportunity is 332321, which pertains to Metal Window and Door Manufacturing. Interested parties should reach out to James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV for further details regarding the solicitation process.
    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.
    Station Oak Island Gate Replacement
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of the gate operator, keypad, and main gate at the USCG Station Oak Island in North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to complete the installation, with a project timeline that mandates work commencement within 14 days of contract award and completion within 28 working days. This procurement is exclusively set aside for small businesses under NAICS code 333998, with a maximum employee threshold of 700, and all quotes must be submitted by noon Eastern Time on September 18, 2024, via email to the designated contact, Tami Clark. Interested bidders must ensure they have an active vendor record at SAM.gov and comply with all federal regulations, including wage determinations and safety protocols, to be eligible for consideration.
    7J--Harpers Ferry Security System/Door Badging System
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the upgrade of the Harpers Ferry Security System and Door Badging System. The objective is to replace outdated physical security access control systems at the Harpers Ferry Center and its Willow Springs facility with a modern, comprehensive solution that meets federal standards, including encrypted communications and compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing security measures at the park, ensuring the protection of natural and cultural heritage. Interested contractors must submit their proposals by September 18, 2024, and are encouraged to contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
    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.
    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.
    HIHW Cleaning
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide cleaning services at the Hawaiian Islands Humpback Whale National Marine Sanctuary facility located in Kihei, Hawaii. The procurement involves a total of 720 labor hours for janitorial services, structured over a base period of one year with four optional extension periods, requiring routine cleaning of office spaces, bathrooms, and general use areas. This initiative is crucial for maintaining the facility's operational standards and ensuring a clean environment for visitors and staff. Interested vendors must submit their quotes electronically by 4:00 PM ET on September 16, 2024, and direct any inquiries to Chris Meconnahey at Chris.Meconnahey@noaa.gov by September 12, 2024.