Intent to Sole Source for Alarm Wiring and Keypad Relocation
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract for alarm wiring and keypad relocation services at a facility in North Lakewood, Washington. The procurement requires contractors to adhere to strict protocols regarding work scheduling, access management, and security measures, including the maintenance of an updated employee listing and compliance with an approved Construction Site Security Plan. This opportunity is crucial for ensuring the effective installation and management of security systems, which are vital for maintaining safety and regulatory compliance at military installations. Interested contractors can reach out to Gabriel Jones at gabriel.jones.16@us.af.mil or Richard White at richard.white.44@us.af.mil for further details.

    Files
    Title
    Posted
    The document outlines contractual requirements for contractors working on a government project, detailing specific protocols for work scheduling, access to the base, employee management, and security measures. Contractors must inform the contracting officer five calendar days in advance of any work outside typical hours. They are responsible for obtaining necessary access passes for personnel and vehicles to the worksite and ensuring these passes are returned upon contract completion. A current employee listing, including names, birth dates, and social security numbers, must be maintained and updated when personnel changes occur. Additionally, compliance with an approved Construction Site Security Plan (CSP) is mandatory, ensuring that adequate protective measures are in place throughout the project phases. This document emphasizes the importance of security and regulatory adherence in government contracting, reflecting practices necessary for effective project management and risk mitigation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide a Fire Station Alerting System at Fairchild Air Force Base in North Lakewood, Washington. The project involves the design, delivery, installation, and training for a modern alerting system to replace outdated infrastructure at two fire stations, ensuring compliance with operational requirements and enhancing emergency response capabilities. This procurement is crucial for maintaining operational readiness and effective communication within the fire services, with a firm-fixed-price contract anticipated. Interested vendors must submit their quotes by March 6, 2025, and can contact Brandon Teague at brandon.teague.1@us.af.mil or 509-247-3488 for further information.
    Special Notice - 22 CS Advantor System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a special notice for the procurement of the 22 CS Advantor System, which falls under the category of Security Systems Services (except Locksmiths). This opportunity aims to secure specialized security detection systems, which are critical for ensuring safety and security at military installations. The place of performance for this contract is located in Parkerfield, Kansas, and interested vendors can reach out to Mrs. Haley Frierdich at haley.frierdich.1@us.af.mil or by phone at 316-759-4529 for further details. The procurement process emphasizes the importance of these systems in maintaining operational security within the Department of Defense.
    Building Access and Surveillance System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance of building access and surveillance systems at Joint Base Elmendorf Richardson (JBER) in Alaska. The contractor will be responsible for providing all necessary labor, materials, and equipment to inspect and repair these systems, which include preventive maintenance, annual inspections, software updates, and accurate inventory management. This maintenance contract is crucial for ensuring the uninterrupted operation of essential security systems at JBER facilities, emphasizing accountability and timely communication. Interested parties can contact Joseph Ford at joseph.ford.21@us.af.mil or 907-552-8203, or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil or 907-552-5587 for further details.
    Sources Sought Announcement - Door Locks - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential suppliers for door locks required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The procurement aims to gather market insights for door lock products that comply with Yale brand specifications, as part of a larger design-bid-build construction project valued between $100 million and $250 million, with an estimated budget for door locks ranging from $60,000 to $90,000. This renovation project is critical for ensuring modern safety and operational standards while minimizing disruption to ongoing activities at the facility. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, with all submissions treated as confidential.
    AT/FP Flightline Camera
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is planning to award a sole source contract for the procurement of an AT/FP Flightline Camera system to Prometheus Security Group, Inc. This contract will include a Long Range PTZ infrared 640 30/90MM Defend-IR Camera system, along with essential components such as a video encoder and necessary licenses, due to the urgency and compatibility with existing systems at Fort Johnson, Louisiana. The procurement is critical for maintaining security operations, as Prometheus Security Group is the sole provider of the required technology linked to the current VICADS system at the base. Interested firms are encouraged to submit letters demonstrating their capability to compete, and inquiries can be directed to SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or 318-456-9725, or SrA Alisia Davis at alisia.davis@us.af.mil or 318-456-9766.
    Reconfigure Keesler AFB Perimeter Security Fence
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to reconfigure the perimeter security fence at Keesler Air Force Base in Mississippi. This project aims to enhance the security infrastructure of the base, ensuring compliance with current safety standards and operational requirements. The work falls under the NAICS code 238990, which pertains to specialty trade contractors, and is categorized as a service-disabled veteran-owned small business (SDVOSB) set-aside opportunity. Interested contractors should reach out to Kristy Hill at kristy.hill.1@us.af.mil or call 228-377-1817 for further details, while Tiffany Aultman is available at tiffany.aultman@us.af.mil or 228-377-1807 for additional inquiries.
    Sources Sought Announcement - Fire Alarm Control Panels - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for Notifier brand fire alarm control panels required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The project aims to implement a phased construction approach that minimizes disruption to ongoing operations while adhering to Department of Defense safety and sustainability guidelines. The anticipated construction contract, valued between $100 million and $250 million, includes an estimated cost of $125,000 to $225,000 for the fire alarm control panels, with responses due by March 5, 2025. Interested vendors should submit a capabilities statement to Scott Dwyer at Scott.Dwyer@usace.army.mil, detailing their qualifications and compliance with specified requirements.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    Cypher Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the installation of cypher locks at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves the assembly and installation of 80 standalone battery-powered electronic locks across 20 buildings operated by the 341st Training Squadron, with requirements for the locks to meet high security standards and be compatible with existing key systems. This initiative aims to enhance security measures within military training facilities by replacing outdated keyed locks, thereby improving accessibility and security for personnel. Interested vendors must submit their quotes by 10:00 AM CST on the specified deadline, with a delivery timeline set for May 26, 2025. For further inquiries, potential contractors can contact Jinypher Coy at jinypher.coy@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.