63--RFI for Lenel Upgrade
ID: N0018916TA044Type: Sources Sought
Overview

PSC

ALARM, SIGNAL, SECURITY DETECTION (63)
Timeline
    Description

    Sources Sought Notice: Department of Defense is seeking information on potential sources for a Lenel Upgrade.

    A Lenel Upgrade is typically used for enhancing alarm, signal, and security detection systems.

    Please provide information on your capabilities and experience in this area.

    Point(s) of Contact
    Devin Leung 215-697-9728
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Long Range Radar- Enhanced (LRR-E) - SSN/RFI - Reopener
    Active
    Dept Of Defense
    The US Army is seeking information from businesses for sustainment and engineering services related to the Long Range Radar-Enhanced (LRR-E) system, an intelligence, surveillance, and reconnaissance technology. They require industry support for the Northrop Grumman-developed LRR-E system, including lifecycle management and potential future acquisitions. Businesses capable of assisting with the Army's LRR-E program are invited to respond with company and capability details, aiming to establish the scope of industry involvement and determine acquisition strategies. This is a sources sought notice; no proposals or bids are being requested at this stage. The Long Range Radar-Enhanced system is vital for the Army's aerial intelligence gathering, specifically for Synthetic Aperture Radar and Moving Target Indication operations. With three systems already procured, the Army seeks continued support and potential additional acquisitions. Responses to this notice are due by 1pm ET on October 16th and should be sent to Eric.J.Roberts48.civ@army.mil.
    Intrusion Panel Upgrade Station Seattle
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install an Intrusion Detection System (IDS) at the USCG Station in Seattle, Washington. The project involves supplying and installing a DMP-XR150DNL-G panel, a distress button, an alarm keypad, a Level 2 HSS Balanced Door Contact, and a 360-degree motion sensor, with existing conduit to be reused. This initiative is part of a strategic effort to enhance security measures within Coast Guard facilities, and the contract will be awarded based on the lowest price technically acceptable. Interested small businesses must submit their quotes by September 1, 2024, to Elizabeth Meister at elizabeth.a.meister@uscg.mil, with the performance period scheduled from October 20, 2024, to November 10, 2024.
    Notice of Intent - Single Source Award to Advantor Systems Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 49th Contracting Squadron at Holloman Air Force Base in New Mexico, intends to issue a single-source award to Advantor Systems Corporation for security systems services. This procurement is being conducted under the authority of FAR 6.302-1(2), and while this notice is not a request for competitive quotations, all responsible sources are invited to submit a capability statement for government review. The services sought are critical for maintaining security and safety at the base, and the associated NAICS code for this procurement is 561621, with a small business size standard of $25 million. Interested parties should direct inquiries to Edward Alvarez at edward.alvarez@us.af.mil or SSgt Christian Luevano at christian.luevano@us.af.mil, with responses considered by the government to determine the necessity of a competitive procurement process.
    Integrated ESS and EKC Systems Support for DLA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Integrated Electronic Security Systems (IESS) and Electronic Key Control (EKC) systems support services under solicitation SP4703-24-R-0004. The procurement aims to provide comprehensive lifecycle management support, including design, acquisition, maintenance, and cybersecurity for DLA facilities both within the contiguous United States (CONUS) and overseas (OCONUS). This initiative is crucial for ensuring the continuous protection and monitoring of DLA facilities, enhancing their overall electronic security infrastructure. The contract, valued at up to $65 million over five years, includes a base period and four optional extensions, with proposals due by September 16, 2024. Interested contractors can reach out to Heesun Redmond at heesun.redmond@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.
    Sound Calibration System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Metrology Calibration Program (AFMETCAL), is seeking information from potential sources for a Sound Calibration System Software Upgrade. The objective is to upgrade the software for the 3630-W-033 and 3630-W-034 Acoustic Calibration Systems to version 9.0, enhancing compatibility with modern Sound Level Meters and improving overall performance through over 600 updates, including faster communication and updated calibration report generation. This upgrade is crucial for maintaining functional and modern equipment in alignment with contemporary technological standards, ensuring continued technical support and warranty coverage for three years. Interested parties must submit their responses by September 26, 2024, at 2:00 PM ET, and can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further details.
    Intrusion Detection Service/Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small business contractors to provide continuous monitoring and maintenance services for 33 Intrusion Detection Systems (IDS) and related alarm systems at 27 Naval Operational Support Centers in the Navy Region Southeast. The procurement aims to ensure the functionality and security of these critical systems, which include alarm notifications, inspections, and repair services, with a baseline contract value of $25,000 per performance period. This opportunity is set aside for small businesses, with a Request for Quotation (RFQ) expected to be issued around September 20, 2024, and interested parties must submit their capabilities by September 17, 2024, to the primary contact, Quentin Keaton, at quentin.l.keaton.civ@us.navy.mil.
    6350-01-189-4366; 23N; SHIP, OHIO CLASS SSN (TRIDENT)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is conducting market research to identify potential sources for the procurement of an Alarm Module, specifically NSN: 6350-01-189-4366, as part of a future solicitation (SPE4A6-24-R-0315). This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and aims to gather information on organizations capable of delivering services that meet the technical and administrative requirements outlined in the notice. Interested parties are encouraged to submit their capability statements and relevant documentation by September 9, 2024, at 11:59 PM Eastern Standard Time, via email to Patsy Bedford at patsy.bedford@dla.mil. For further inquiries, contact Patsy Bedford or Heidi Lacosse at the provided email addresses or phone numbers.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    Notice of Intent to Sole Source - Advantor IDS/ACS Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Advantor Systems for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS) at the 153rd Airlift Wing in Cheyenne, Wyoming. The project aims to address security deficiencies in the existing infrastructure by enhancing protection for classified information, requiring the contractor to provide all necessary equipment, personnel, and materials to ensure effective communication with ASN servers. Interested parties must submit their rationale for consideration by September 17, 2024, at 10:00 PM MDT to MSgt Chris Davalos at christopher.davalos.1@us.af.mil, as the government retains discretion over the procurement process.
    99--Sources Sought
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking eligible contractors to manufacture NSN 7RH 6340 01438904, detector, P/N 0871HM3. The Government does not possess the necessary data for manufacturing the item. All responsible sources may express their interest and provide capability statements in response to this notice.