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
    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.
    Airstation New Orleans Hangar Door Repair and Troubleshooting
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair and troubleshooting of hangar doors at the Air Station New Orleans in Louisiana. The project involves servicing two three-part hangar door systems, including two 30-foot doors and one 40-foot door, with an emphasis on minimal disruption to ongoing operations and adherence to safety regulations. This procurement is crucial for maintaining operational efficiency and safety at the air station, ensuring that the hangar doors function properly for aircraft operations. Quotes are due by 3:00 PM CST on September 25, 2024, and interested contractors must submit their proposals to Ronnie.L.Mills@uscg.mil, ensuring they are registered in the System for Award Management (SAM) prior to the deadline.
    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.
    DRAFT DHS/CBP Commercial Solutions Opening - General Solicitation - NII Anomaly Detection Algorithm (ADA) - CSOP-BP-GS-23-0001
    Active
    Homeland Security, Department Of
    Sources Sought COMMERCE, DEPARTMENT OF NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) is conducting market research for the Mesonet Program. The program aims to fill gaps in the Nation's meteorological, hydrologic, and related environmental observing capabilities by obtaining meteorological observation data from existing surface-based observing networks called "mesonets". These observations will significantly improve the prediction of high-impact, local-scale weather events. The Government plans to award a single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price provisions based on a best value basis. The contract will have a period of performance of five years. Interested parties are requested to describe their technical capabilities and demonstrated tools, processes, and service capabilities. The anticipated NAICS code for this procurement is 518210 - Data Processing, Hosting, and Related Services, with a corresponding size standard of $35 Million. The response should be submitted in electronic Adobe Acrobat Portable Document File (PDF) format, limited to no more than five (5) pages. The deadline for submission is 5:00 PM Eastern Time on November 18, 2022. The primary point of contact is Nicole Frie, Contracting Specialist at Nicole.Frie@noaa.gov. The contracting office address is Norfolk Federal Building 200 Granby Street Norfolk, Virginia, and the place of contract performance is TBD Silver Spring, Maryland.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    Access Control Security Door
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the maintenance and repair of an Access Control Security System at the Naval Medical Readiness and Training Center in San Diego, California. The procurement is a Total Small Business Set-Aside, requiring qualified contractors to provide comprehensive maintenance services, including preventive maintenance, emergency repairs, and 24/7 technical support, ensuring the reliable operation of critical security infrastructure. This initiative underscores the importance of maintaining operational efficiency and compliance with security protocols in healthcare settings. Quotations are due by September 17, 2024, with the contract expected to commence on September 15, 2024, and extend for a base year plus four optional years. Interested parties can contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951 for further information.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.
    Procure and install Brand Name or Equal Huebsch Washers and Dryers for FLETC Charleston
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Charleston, SC, is seeking proposals for the procurement and installation of Brand Name or Equal Huebsch washers and dryers. This Combined Synopsis/Solicitation (CSS) invites vendors to provide essential laundry equipment, which is crucial for maintaining operational efficiency at federal training facilities. Proposals must be submitted electronically by September 25, 2024, and will be evaluated based on the lowest price and technically acceptable bids, leading to a Firm-Fixed-Price purchase order. Interested vendors can contact Tyshawn Neals at Tyshawn.neals@Fletc.dhs.gov or by phone at 843-566-8541 for further information.
    NESDIS Community Day: Overview and Update on the NESDIS Commercial Data Program General Request for Information (G-RFI)
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is hosting a virtual NESDIS Community Day on September 26, 2024, to provide an overview and update on the Commercial Data Program (CDP) and the outcomes of the General Request for Information (G-RFI) released in December 2023. This event aims to engage the community by discussing the G-RFI process, methodologies, technology considerations, and how these align with NOAA's mission needs, as well as future objectives including operational data purchases and pilot projects to enhance NOAA’s observational capabilities. Interested parties are encouraged to register for the event and submit questions in advance to foster collaboration and communication, with contact available through Suzanna Espinoza at Suzanna.Espinoza@noaa.gov or Cherron Bennett-Pettus at cherron.bennett-pettus@noaa.gov.