Intrusion Detection Systems Preventive Maintenance and Trouble Call Services
ID: N6264925QH010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is soliciting proposals for Intrusion Detection Systems (IDS) preventive maintenance and trouble call services at the Naval Airborne Weapons Maintenance Unit One (NAWMU-1) located at Naval Base Guam. The contractor will be responsible for both planned and unplanned maintenance, ensuring compliance with UL 2050 standards, and will be evaluated based on price, technical capability, and past performance, with a preference for small businesses, particularly service-disabled veteran-owned and women-owned enterprises. This procurement is critical for maintaining robust security measures and operational readiness, with a service period that includes a base year and two option years, as well as the potential for a six-month extension. Interested parties can contact Joshua Tyquiengco at joshua.g.tyquiengco.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines a solicitation for Intrusion Detection System (IDS) preventive maintenance and repair services. The key components include a pricing structure, listing job quantities, unit price, and total price for services. The scope of services covers preventive maintenance, trouble call services, and alarm panel upgrades, which are categorized into base and optional years. The solicitation also mentions the possibility of extending services for an additional six months under specific conditions. Contractors are prompted to fill in the pricing information in designated areas. Overall, this document serves as a formal request for proposals that aim to secure ongoing support and maintenance for the IDS, ensuring system reliability and compliance with security standards.
    This document outlines a Request for Proposal (RFP) for the provision of Intrusion Detection Systems (IDS) maintenance and repair services for the Naval Airborne Weapons Maintenance Unit One (NAWMU-1) at Naval Base Guam. The contractor will be responsible for planned and unplanned maintenance, ensuring compliance with UL 2050 standards. The service period includes a base year and two option years, with a comprehensive set of requirements for alarm panel upgrades, troubleshooting, and emergency services. Proposals will be evaluated based on price, technical capability, and past performance, with a preference for small businesses, particularly service-disabled veteran-owned and women-owned businesses. The document includes detailed instructions for offer submission, including specific documentation and qualifications required from bidders. Key performance goals include timely response to trouble calls and quarterly maintenance assessments, emphasizing both operational readiness and safety. The RFP reflects the federal government’s commitment to robust security measures, supporting local businesses while ensuring compliance with stringent service requirements.
    Lifecycle
    Similar Opportunities
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, is seeking quotes for the procurement of IDS branded parts, including electrical components and equipment such as W1 Cable Assemblies and Monitors, under solicitation number 24-SIMACQ-E20-0006. This procurement is classified as a sole-source acquisition due to the unique capabilities of the specified vendor, which are critical for maintaining the integrity and performance of existing systems, as alternative components would require extensive testing and could delay installations scheduled for mid-2025. Interested vendors must submit their quotes by March 10, 2025, via email, ensuring that their proposals remain valid for at least 60 days, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors can contact Jorge Ortiz or Keith A. Shaner via their respective emails.
    USS SHOUP (DDG-86) 5J1 SIA (Yokosuka, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    Cable TV and Internet Services (Guam)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for Cable TV and Internet Services for the Joint Region Marianas, specifically at Naval Base Guam and Andersen Air Force Base. The contract encompasses the provision of essential services, including basic cable and various Internet bandwidth options, with performance expected from May 1, 2025, to April 30, 2026, and includes two potential option years. This procurement is critical for enhancing communication infrastructure, ensuring that government personnel have reliable access to necessary services for operational efficiency. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their proposals, including technical descriptions and pricing, by the specified deadlines, with inquiries directed to Cynthia Cruz at cynthia.r.cruz2.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.mil.
    J--Security System Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    Sources Sought for Fire Suppression System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM PACIFIC, is seeking sources for a fire suppression system to be installed in Guam. This procurement aims to identify qualified vendors who can supply and install fire control equipment, which is critical for ensuring safety and compliance with fire protection standards in military facilities. The opportunity falls under the NAICS code 423610, focusing on electrical apparatus and equipment, and is categorized under the PSC code N012 for installation of fire control equipment. Interested parties should reach out to Katie A. Johnson at katie.a.johnson27.civ@us.navy.mil for further details regarding this sources sought notice.
    M--Operation of Government-Owned Facilities
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.
    Advantor Intrusion Detection System and Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking contractors for the installation of an Advantor Intrusion Detection System and Access Control System. This procurement aims to enhance security measures by implementing advanced alarm, signal, and security detection systems at a designated location in New Jersey. The selected contractor will play a crucial role in ensuring the safety and security of military assets through the installation of these systems. Interested parties can reach out to Mark Schnittman at mark.a.schnittman.civ@us.navy.mil for further details regarding the presolicitation notice.
    Sources Sought – Supervisory Control and Data Acquisition System
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Marianas (NAVFACMAR), is seeking sources for a Supervisory Control and Data Acquisition (SCADA) system compatible with the Naval Base Guam Potable Water system. The procurement specifically requires Programmable Logic Controllers (PLCs) and a SCADA system that can seamlessly integrate with existing Rockwell Automation (Allen-Bradley) components, emphasizing the need for brand-name products to ensure compatibility and reliability in critical infrastructure technology. This initiative is vital for maintaining essential utility services at Naval Base Guam, and interested vendors must demonstrate relevant experience in integrating non-Rockwell systems with Rockwell SCADA, providing detailed project descriptions and customer references. For inquiries, potential contractors can contact Jamie C. Peightal at jamie.c.peightal.civ@us.navy.mil or Doris R. Castro at doris.r.castro.civ@us.navy.mil.
    Fort Meade, MD INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Maintenance Contract at Fort Meade, Maryland. This contract encompasses maintenance and cybersecurity services for Intrusion Detection and Automated Entry Control Systems, requiring contractors to perform inspections, routine testing, emergency repairs, and software updates over a 12-month period, with options for renewal. The initiative underscores the importance of maintaining robust security systems and engaging small businesses, particularly those that are service-disabled veteran-owned or women-owned, in fulfilling these critical services. Interested parties must submit their proposals by 12:00 PM on March 4, 2025, and can direct inquiries to Heidi Boyer at heidi.k.boyer.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 at the Puget Sound Naval Shipyard. This procurement aims to ensure the operational integrity and safety of naval vessels through comprehensive maintenance services, including docking, hull repairs, and environmental management of hazardous materials. The contract is set aside for small businesses, emphasizing the importance of compliance with federal regulations and safety protocols throughout the project. Interested contractors should reach out to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or call 360-815-9581 for further details, with submissions due as specified in the solicitation documents.