Electronic Security System Maintenance Support Services
ID: SP330025Q0048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for Electronic Security System Maintenance Support Services at DLA Distribution in Red River, Texas. The procurement aims to establish a Firm Fixed Price contract for comprehensive maintenance and repair services of the Integrated Electronic Security System (IESS), which includes routine preventative maintenance, emergency repairs, and cybersecurity compliance. This initiative is crucial for ensuring the operational efficacy and security of critical systems, thereby supporting the DLA's logistics operations. Interested small businesses must submit their quotes electronically to Contract Specialist Deborah Johnson by March 21, 2025, at 10:00 AM EST, and are encouraged to review all attached documents for detailed requirements and guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines amendments to Solicitation SP330025Q0048 issued by DLA Distribution, detailing critical updates for prospective contractors. The closing date for offers has been extended from March 14, 2025, to March 21, 2025. It provides responses to various inquiries regarding project requirements, including cybersecurity compliance, emergency repair definitions, and incident response plans. Key clarifications include the process for submitting deviations to cybersecurity standards, the scope of emergency repairs, and the expectation of full audits versus incremental changes. Additionally, it addresses personnel requirements related to certifications and clearance levels, and outlines the expected procedures for cybersecurity documentation review. The overall aim of the amendments is to ensure clear communication and understanding of the solicitation requirements, fostering compliance and facilitating a smooth proposal process for contractors. This document is significant within the context of federal procurement processes, as it emphasizes clarity in expectations and adherence to government standards.
    This document outlines the equipment list for an Electronic Security System at the DLA Distribution facility in Puget Sound, Washington, dated April 19, 2021. It details various security devices and components required for installation in multiple buildings, including sirens, sensors, control modules, power supplies, and access control systems. Each item is listed with associated descriptions, quantities, and specific building locations, highlighting the need for a comprehensive security upgrade across the facilities. Key components include numerous LENEL brand products, such as computers, control modules, and power supplies, alongside other brands like Honeywell, Linear Corp, and Power-Sonic. The inventory aims to enhance security infrastructure, align with federal standards, and ensure the safety of the facilities. The document serves as part of a broader RFP process aimed at procuring necessary equipment for government installations.
    The document details a Request for Proposal (RFP) for Preventative and Remedial Maintenance Services for the Integrated Electronic Security System (IESS) at the DLA Distribution Red River. The maintenance period spans four years, beginning with the base year from April 5, 2025, to April 4, 2026, and includes three optional renewal years. The RFP specifies a Firm-Fixed-Price structure for a monthly service payment and ceiling prices for Time & Materials, summing to a total ceiling price of $20,000 for each option year. Key tasks include routine preventative maintenance in accordance with the Performance Work Statement (PWS) and hourly services for repairs and cyber documentation production, with contractors compensated for actual hours worked. The document repetitively outlines similar items for each option year, emphasizing the consistent structure for pricing and service expectations. This RFP exemplifies the government’s effort to ensure reliable maintenance and operational efficacy of critical security systems while adhering to federal contracting standards. Overall, it provides a structured framework for potential contractors to submit bids for required maintenance services.
    The Defense Logistics Agency (DLA) is seeking contractor services to support Electronic Security System (ESS) maintenance for DLA Distribution Red River, Texas. The Performance Work Statement (PWS) outlines the need for project management, operational support, and cybersecurity requirements. Responsibilities include installation, maintenance, and upgrades of systems such as Lenel Access Control and Bosch CCTV. The contractor will ensure efficient task execution through sufficient staffing and project management oversight. Key tasks involve providing a Contract Project Manager, maintaining work schedules to minimize disruption, and executing preventive and corrective maintenance. Cybersecurity measures must align with DoD standards, and proper documentation practices are mandated. The project emphasizes training and staffing requirements while ensuring continuity of service during transitions. Deliverables include reports on project status, hardware and software updates, and compliance with security standards, all while adhering to timelines and performance evaluations outlined in the QASP. The contractor will bear the costs for training and provide warranties for installed components. Overall, this initiative reflects the DLA's commitment to maintaining high standards for security and operational efficiency in logistics support.
    The document provides an account of security systems, primarily focusing on access control and surveillance devices across multiple buildings, specifically Buildings 499, 595, and 594. It details the types of devices deployed, such as Card Reader Door Locks (CRDR), cameras, and aiphone intercoms, indicating their operational status and locations. Over 68 rooms and various outdoor spaces are monitored with specific device details including manufacturer information and maintenance notes. Additionally, the record highlights that specific rooms are equipped with access panels and batteries, ensuring security functionalities are maintained. The summarization of cameras includes details on video capabilities, with some indicating they do not record footage. This document likely supports federal and state RFPs or grants related to facility security upgrades, emphasizing the need for robust security measures in public or government buildings. By coordinating device location and functionality, the report provides vital insights for potential contractors or departments responsible for security assessments and improvements.
    The document is a complex compilation of information pertaining to government RFPs (Requests for Proposals), federal grants, and state and local funding opportunities. Its primary focus is on outlining the processes and requirements for obtaining funding through various channels instituted by the federal and local governments. The document likely includes detailed guidelines for applicants, eligibility criteria, application procedures, deadlines, and the evaluation process for proposals submitted for funding. Key points include the importance of adhering to specific submission requirements, understanding the evaluation criteria used by funding agencies, and the need for compliance with federal regulations and standards in project implementation. These details are crucial for prospective bidders aiming to secure federal or state funding for their projects. Furthermore, the document emphasizes transparency, accountability, and the need for applicants to demonstrate how their project aligns with government priorities in areas such as community development, infrastructure, and environmental preservation. The structure suggests a methodical approach, enabling stakeholders to navigate the funding landscape effectively, ensuring that potential projects are properly funded and aligned with governmental goals. Overall, the document serves as an essential resource for individuals and organizations interested in accessing government financial support while encapsulating the procedural frameworks in place for these opportunities.
    The document SP3300-25-Q-0048 is a Request for Quote (RFQ) issued by DLA Distribution Acquisition Operations for establishing a Firm Fixed Price contract for ESS Maintenance and Repair Services at DLA Distribution in Red River, Texas. The solicitation emphasizes that it is exclusively set aside for Small Businesses, with a size standard of $25 million, and follows specific federal acquisition regulations. The contract period spans from April 4, 2025, through April 3, 2030, with possible extensions. Quoters must be registered in the System for Award Management (SAM) and are required to comply with regulations under the Service Contract Act, including applicable wage determinations. The government encourages innovative proposals that can deliver cost savings and improve procurement processes. Additionally, the document outlines the requirements related to insurance, contractor personnel security, and compliance with various clauses that govern the contract. Enhanced focus is given to maintaining a secure working environment for contractor personnel, strict documentation for invoice submissions, and adherence to federal standards for telecommunications equipment and labor rates. This RFQ highlights a commitment to transparency and efficiency in government contracting while fostering small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance of Electronic Security Systems at Carlisle Barracks, Pennsylvania, under a Total Small Business Set-Aside. The procurement involves a non-personal services contract that requires the contractor to perform semi-annual preventive and corrective maintenance on Intrusion Detection and Electronic Security Systems, ensuring compliance with manufacturers' specifications and rapid emergency response to equipment failures. This contract underscores the importance of maintaining robust security measures within federal facilities to ensure operational readiness and safety. Interested vendors must submit their quotes by March 17, 2025, and are encouraged to contact Christine Cairo or William Byrne for further information regarding the solicitation and site visit scheduled for March 6, 2025.
    Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at Rock Island Arsenal in Illinois. The procurement aims to secure a contractor for a Firm Fixed Price contract that encompasses preventive and corrective maintenance for various security systems, with a focus on compliance with safety and regulatory standards. This contract is crucial for ensuring the operational integrity and security of the facility, which houses multiple tenants requiring robust security measures. Interested small businesses must submit their quotes by March 21, 2025, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    Vindicator Security System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Honeywell Vindicator Intrusion Detection System at Building 6030C on Dyess Air Force Base, Texas. The project requires contractors to provide all necessary labor, equipment, and materials to implement a comprehensive Electronic Security System that integrates both Intrusion Detection and Access Control systems, ensuring compliance with Air Force regulations. This procurement is crucial for enhancing security measures at the facility, with a focus on operational effectiveness and adherence to USAF guidelines. Interested contractors must submit their offers by 19 March 2025, including an itemized quote and a written technical approach, to the designated contacts, SSgt Maren Quinones-Burgess and A1C Illya Shkrebtiy, via email.
    5 YR IDR; Sole Source to Elbit
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for a five-year, firm-fixed-price, indefinite delivery requirements contract with Elbit Systems of America, aimed at providing spares and repairs for the PEO Missiles and Space Tactical Aviation and Ground Munitions Bradley Program Office. The contract encompasses specific electronic components, including Electronic Modules and various processors, with detailed pricing and compliance documentation required for fiscal years 2025 and 2026. This procurement is crucial for maintaining the operational readiness of military systems, ensuring timely support through reliable supplier partnerships. Proposals must be submitted by February 17, 2025, with a prior written intention required within five business days; for further inquiries, interested parties can contact Kelsey Brown at kelsey.e.brown@dla.mil.
    DTRA Lenel Maintenance Services
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking maintenance services for Lenel security systems, which includes equipment maintenance, software and hardware upgrades, life cycle replacement, and technical support. The procurement aims to ensure the operational integrity of Lenel equipment through annual system checkups and the installation of new equipment as needed, including compliance with licensing requirements. These services are critical for maintaining security and compliance within the agency's operations. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), can reach out to Stephen Whalen at stephen.c.whalen.civ@mail.mil or Nanette Rogers-Vigil at nanette.r.rogers-vigil.civ@mail.mil for further details.
    Computer Equipment for DLA Distribution San Joaquin DDJC
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking quotes from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of computer equipment at DLA Distribution San Joaquin in Tracy, California. This Request for Quotation (RFQ) aims to establish a Firm Fixed Price (FFP) Purchase Order for various components, including rack mount chassis and optical transceivers, with a delivery schedule of 30 days post-award. The procurement is critical for enhancing communication capabilities within the agency, and interested vendors must submit their quotes electronically, remaining valid for 90 days. The deadline for acknowledging the amendment to the solicitation is March 20, 2025, at 1300 EDT, and inquiries can be directed to Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or by phone at 717-770-4285.
    Sensor DVE, Sidecar (R) Module Cable Assembly & Camera Set
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking to procure a Digital Vehicle Enhancement (DVE) sensor, a Sidecar Module Cable Assembly, and a camera set, specifically for use in M109A7/M992A3 and Bradley A4 military vehicles. This procurement involves a firm-fixed-price contract with a sole source designation to DRS Network & Imaging Systems LLC, highlighting the critical nature of these components for military operations. The solicitation is expected to be released around February 20, 2025, and interested vendors can access it on FedBizOpps. For further inquiries, potential offerors may contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203.
    Electronic Security System (ESS)
    Buyer not available
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking small businesses to provide an Electronic Security System (ESS) for the Federal Law Enforcement Training Center (FLETC) located in Glynco, Georgia. The ESS will encompass an Intrusion Detection System (IDS), Access Control System (ACS), and Closed-Circuit Television (CCTV) to enhance security measures for NCIS assets, with a requirement for the system to interface with existing FLETC security systems and include scalable components along with comprehensive training for government users. This initiative underscores the government's commitment to improving security through advanced technology, with a contract installation period of 60 days followed by one year of maintenance and the possibility of four additional 12-month extensions. Interested small businesses must submit their capabilities statements by March 17, 2025, and can contact Pravin Upadhyay at pravin.upadhyay@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil for further information.
    B-21 Program - Electronic Security Systems (ESS)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research to identify potential sources for Electronic Security Systems (ESS) required for four construction projects associated with the B-21 program at Ellsworth Air Force Base, South Dakota. The projects include modifications to command posts and renovations of docks, necessitating advanced security systems that integrate seamlessly with existing infrastructure, particularly the Honeywell Vindicator Security Systems currently in use. Interested vendors are invited to submit capabilities statements by 2:00 p.m. CST on March 26, 2025, to the primary contact, Sarah Martin, at sarah.a.martin@usace.army.mil, with a total estimated product value of approximately $400,000 across all projects.
    Electronic Security Systems at Libby Dam
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is seeking contractors to upgrade the Electronic Security Systems (ESS) and Video Management System (VMS) at the Libby Dam Project in Montana. The procurement involves the installation, programming, commissioning, and training associated with an integrated security system, which includes the integration of existing systems such as the Electronic Entry Control System (EECS) and Intrusion Detection System (IDS). This project is critical for enhancing the safety and security of the Libby Dam, ensuring robust electronic measures are in place for critical infrastructure. Proposals are due by March 31, 2025, at 3:00 PM Pacific Time, and interested parties should contact McKenna Rain at mckenna.t.rain@usace.army.mil or 206-316-4434 for further information.