Purchase and Installation of TRAKA ASSA ABLOY Key Management System
ID: 70LGLY25QSSB00043Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO OPERATIONSBrunswick, GA, 31524, USA

NAICS

Other Computer Related Services (541519)

PSC

INSTALLATION OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT (N074)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 8:30 PM UTC
Description

The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking a contractor for the purchase and installation of a TRAKA ASSA ABLOY Key Management System in Brunswick, Georgia. The procurement aims to replace the current key management system with a new solution that provides continuous control over keys, allowing for secure access by authorized users and accommodating up to 1,000 keys per unit. This system is critical for enhancing security and operational efficiency within federal facilities, ensuring that keys are readily available while maintaining strict access protocols. Interested contractors must complete a non-disclosure form to access the solicitation and Statement of Work, with all hardware, software, and installation deliverables required within 30 to 60 days post-contract award. For further inquiries, contact John G. Bennett at john.g.bennett@fletc.dhs.gov or call 912-267-3887.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 9:04 PM UTC
The Department of Homeland Security (DHS) Non-Disclosure Agreement establishes guidelines for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) data. Signatories must acknowledge their understanding of the associated responsibilities, which include protecting the information from unauthorized disclosure and adhering to the relevant standards stipulated in the Critical Infrastructure Information Act and corresponding regulations. The document outlines the conditions under which information can be accessed, handled, and disseminated, emphasizing the importance of safeguarding sensitive information to maintain national security and privacy concerns. Key responsibilities outlined include returning any accessed information upon request, maintaining proper markings on sensitive materials, and reporting any security violations. The agreement also specifies the severe consequences, including administrative action and legal ramifications, for failing to comply. Furthermore, it emphasizes that obligations under this agreement extend beyond the period of access. This document serves a vital role in government operations, particularly in the context of federal grants and requests for proposals, ensuring sensitive information is handled properly by those entrusted with it.
Apr 4, 2025, 9:04 PM UTC
The Department of Homeland Security (DHS) has implemented a Visitor Access Request form for individuals seeking access to Federal Law Enforcement Training Centers (FLETC) facilities. The form collects personal information, including the applicant's name, address, citizenship, and social security number, to facilitate secure access and manage visitor security. Federal employees must sponsor the requests, detailing the type of access required—such as attendance at graduation events or vendor visits—and the duration of the access. FLETC Security then conducts checks and determines whether access is approved or denied, issuing an appropriate badge type. The information collection adheres to various legal authorities and ensures compliance with security measures. Overall, the document serves as a standard protocol for managing visitor access to enhance security within DHS facilities while ensuring proper handling of sensitive personal data.
Apr 4, 2025, 9:04 PM UTC
The document appears to be a corrupted or malformed file, likely containing information pertaining to requests for proposals (RFPs), federal grants, and state/local RFPs. Though specific details cannot be extracted due to the content’s corruption, the main purpose of such documents typically involves announcing funding opportunities and outlining requirements for potential grantees or bidders. These files usually consist of program descriptions, eligibility criteria, application processes, deadlines, and evaluation metrics. In the context of government RFPs and grants, the primary focus tends to be on securing proposals that can fulfill particular governmental needs efficiently and effectively. Documentation of this nature is critical for maintaining transparency in the allocation of public funds, promoting fair competition among bidders, and ensuring that projects align with public objectives. Overall, the essence of an RFP and grant document revolves around enabling governmental bodies to achieve desired outcomes through partnerships with private entities while adhering to regulatory frameworks and accountability measures. However, due to the file's irretrievable content, specific insights and substantive details cannot be derived.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SOFTWARE INSTALLATION FOR THE GLOBAL FACILITY MANAGEMENT SYSTEM (GFMS) EKC SYSTEM AND REACTIVATION OF (2) SECURITY ASSET MANAGER (SAM) BY KEY SYSTEMS INC. FOR DLA DISTRIBUTION CHERRY POINT, NC (DDCN)
Buyer not available
The Defense Logistics Agency (DLA) is soliciting quotes for the installation and configuration of the Global Facility Management System (GFMS) EKC system and the reactivation of two Security Asset Manager (SAM) units at DLA Distribution Cherry Point, North Carolina. This procurement aims to establish a firm-fixed-price contract that includes technical services such as system installation, cybersecurity support, integration with existing systems, and ongoing maintenance. The initiative is crucial for modernizing the facility management and security systems, enhancing operational efficiency and safety standards within the DLA. Interested contractors must submit their proposals electronically by May 13, 2025, and are required to meet specific cybersecurity qualifications as outlined by the Department of Defense. For further inquiries, potential bidders can contact Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.
Communications Security Equipment
Buyer not available
The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure communications security equipment through a non-competitive contract with General Dynamic Mission Systems. The primary objective of this procurement is to upgrade thirteen KG-175F TACLANE FLEX devices in accordance with the NSA Cryptologic Modernization Phase 2 (CM2) COMSEC office requirements. These devices are critical for ensuring secure communications within the TSA's operations. Interested vendors may express their interest and capability to respond to this requirement, although this notice does not constitute a request for competitive proposals. For further inquiries or potential subcontracting opportunities, interested parties should contact General Dynamic Mission Systems directly.
70Z03025QCLEV0070 - AIR STATION TRAVERSE CITY GATE SECURITY AND ENTRY SYSTEM REPLACEMENT
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the installation of a new Front Gate Security Monitoring and Entry System at Air Station Traverse City, Michigan. The project entails removing outdated security systems and implementing a modern solution that includes high-definition, weatherproof cameras with remote viewing capabilities, as well as a secure entry system featuring hardwired cellular access and a keypad. This procurement is crucial for enhancing the facility's security infrastructure and ensuring compliance with operational standards. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote.
Vehicle Barrier System
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting quotes for a Vehicle Barrier System under solicitation number N6470925Q0025, aimed at enhancing security at the Strategic Weapons Facility, Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement seeks a modular, deployable barrier system capable of stopping large vehicle threats, including tractor-trailer attacks, at Entry Control Points (ECP), with specific requirements for safety certifications and ease of deployment by a single individual. This initiative underscores the importance of robust security measures at strategic installations while promoting small business participation in federal contracting, as the opportunity is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals, including pricing and compliance with Federal Acquisition Regulations, within the specified timeframe, with contract awards expected approximately 30 days post-submission. For further inquiries, interested parties can contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or reach out to Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL or by phone at 912-676-2012.
Brand Name Only - Morse Watchmans Keywatcher Components
Buyer not available
The Federal Bureau of Investigation (FBI) is soliciting quotations for the procurement of Morse Watchman Keywatcher components under RFQ No. 001802, aimed at enhancing evidence supplies for its National Acquisition Programs Unit. Vendors are required to submit firm fixed-price quotes for specific components, including a 16-key module, main cabinet, and proximity card readers, with all products needing to meet detailed technical specifications and compliance with Federal Acquisition Regulations (FAR). This procurement is critical for improving security and access control systems within government facilities, and only new products will be accepted, with a strict all-or-none award basis. Interested vendors must submit their quotes by April 29, 2025, and ensure they are registered in the System for Award Management (SAM) for eligibility; for further inquiries, contact Jonathan Johnson at jejohnson3@fbi.gov.
FLETC Artesia Construction IDIQ Contract
Buyer not available
The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is soliciting proposals for a construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract at its facility in Artesia, New Mexico. The contract aims to secure services for construction, maintenance, and repairs across various buildings, with a guaranteed minimum value of $50,000 and a maximum estimated value of $33 million over its duration. This HUBZone set-aside opportunity emphasizes the importance of compliance with federal regulations and safety standards, requiring contractors to submit detailed proposals and adhere to strict quality control measures. Interested contractors must submit their proposals by May 14, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.
INFANT SECURITY SYSTEM
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Eglin AFB, Florida, is seeking quotes for a TURNKEY Infant Security System under solicitation number FM2823-25-Q-6001. This procurement aims to enhance safety measures for newborns by implementing a comprehensive system that includes real-time location tracking, automated lockdown capabilities, and extensive monitoring, alongside installation services and clinical education. The selected system must comply with rigorous security standards and integrate seamlessly with existing hospital protocols, ensuring reliability and uninterrupted operation. Interested small businesses must submit their quotes by April 28, 2025, and are encouraged to attend a site visit on April 22, 2025, to better understand the installation requirements. For further inquiries, contact Wilma “Kat” Snider at wilma.snider@us.af.mil or Jeremy Rennahan at jeremy.rennahan.1@us.af.mil.
J053 - Locksmith Services
Buyer not available
The Department of Defense, specifically the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) certified vendors to provide locksmith services for the Regional Bachelor Housing Office at various locations within Navy District Washington (NDW). This Sources Sought announcement aims to identify experienced contractors who can fulfill the requirements outlined in the attached draft Performance Work Statement (PWS). The locksmith services are crucial for maintaining security and access control within military housing facilities. Interested vendors should reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.t.walton.civ@us.navy.mil for further information regarding this opportunity.
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.
Sources Sought Notice - Building 1077 Security System Upgrades
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking contractors to provide installation services for a new Intrusion Detection System (IDS) and Access Control System (ACS) at Building 1077, Arnold Air Force Base, Tennessee. The project aims to enhance physical security by integrating advanced security systems, including IDS access panels, motion sensors, and door security measures, in compliance with military security directives and standards. Interested businesses must demonstrate their qualifications, relevant experience, and necessary certifications, with responses due by April 29, 2025. For further inquiries, contractors can contact Brogan Fullmer at brogan.fullmer@us.af.mil or Leslie McGowan at leslie.mcgowan@us.af.mil.