63--Sources Sought 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
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sources Sought- 460 CES Alerton Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force 460th Contracting Squadron, is seeking potential vendors for an annual software license to upgrade the Alerton Compass Ascent Compass 2.1 system at Buckley Space Force Base in Colorado. The primary objective of this procurement is to modernize the Energy Management Control System (EMCS) to ensure compliance with USAF network policies, enhance automation controls, and improve operational efficiency without disrupting ongoing operations. This upgrade is critical for maintaining mission readiness and adhering to stringent security and safety standards, including background checks for contractor personnel and compliance with OSHA regulations. Interested vendors must submit their capabilities statements and responses via email to the designated contacts by 2 PM MDT on September 22, 2024, with questions due by September 20, 2024.
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    Access Control System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to upgrade the Access Control System (ACS) at Moody Air Force Base, Georgia. The project involves enhancing the existing LenelS2 Access Netbox ACS, which was installed between 2012 and 2014, by installing six new Common Access Card (CAC) readers and ensuring compliance with safety codes and fire regulations. This upgrade is crucial for maintaining secure access to Building 115 and improving overall facility security, with a focus on adhering to federal safety standards. Interested contractors must submit their proposals by September 23, 2023, and are encouraged to attend a pre-bid site visit on September 20, 2023. For further inquiries, potential bidders can contact Darien Savage at darien.savage@us.af.mil or Samuel D. Garfunkel at samuel.garfunkel.1@us.af.mil.
    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.
    BDOC Monitor Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking to procure an upgrade for the Base Defense Operations Center (BDOC) monitors, with a focus on enhancing the existing closed circuit TV camera system. This procurement is a sole source acquisition, justified by the proprietary nature of the equipment provided by Advantor Systems Corporation, which is uniquely authorized to manage its technology and is essential for maintaining compatibility with the current Air Force network. The contract is set to be awarded in September 2024, with the closing response date for interested parties on September 23, 2024. For further inquiries, interested vendors can contact CMSgt Nicholas Bastiani at 518-344-2510 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    Notice of Intent to Sole Source - Intrusion Detection System and Advantor Access Control System
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) intends to procure an Intrusion Detection System (IDS) and Access Control System (ACS) from Advantor Systems Corporation on a sole source basis. This procurement is necessary as Advantor is the only vendor qualified to provide Air Force Certified IDS, including necessary upgrades and maintenance. The acquisition will be conducted under Simplified Acquisition Procedures and is not open for competitive bidding; however, interested parties may submit capability statements to demonstrate their qualifications. For further inquiries, interested vendors can contact Kristen Colyer at kristen.colyer@socom.mil.
    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.
    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.
    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.