99 CES EOD Advantor ACS
ID: F3G3CG4179A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source purchase order for Access Control Systems (ACS) at Nellis Air Force Base in Nevada. This procurement is being conducted under the authority of FAR 13.106-1(b)(1)(i) due to the unique and specialized nature of the required services, with Advantor Systems Corp identified as the sole provider capable of meeting the stringent security specifications necessary for the installation. Interested parties must submit a capability statement, including technical data and cost information, by 13 September 2024, at 10:00 AM Pacific Time, via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government retains discretion in determining whether to proceed with a competitive procurement based on the responses received.

    Point(s) of Contact
    1st LT Vincent McDonough
    vincent.mcdonough.2@us.af.mil
    Agatha Keith Morrison
    agatha.morrison@us.af.mil
    Files
    Title
    Posted
    The 99th Contracting Squadron intends to issue a sole source purchase order for Access Control Systems, invoking the authority of FAR 13.106-1(b)(1)(i) due to the unique and specialized nature of the required services. This announcement serves as a notice of intent and is not a solicitation for competitive proposals, as no solicitation document exists. Interested parties must submit a capability statement, including technical data and cost information, to demonstrate their ability to meet the specified requirements. The deadline for these submissions is 13 September 2024, at 10:00 AM Pacific Time. Responses must be emailed as attachments in Microsoft Word or Adobe PDF format, with size restrictions in place. The government reserves the right to decide whether to proceed with a competitive procurement based on the responses received. This document emphasizes the specificity of the procurement process and the conditions under which the government can opt for a sole source award. It underscores the importance of timely and properly formatted submissions while clearly stating the discretion the government retains in determining the necessity for competition.
    The 99th Civil Engineering Squadron (CES) at Nellis Air Force Base is seeking a single-source procurement for Access Control Systems (ACS) from Advantor Systems Corp. This action is part of the Simplified Acquisition process, categorized as a Bridge Action under the Air Force's Bridge Action Reduction Plan. The request includes specific equipment upgrades for Building 61697, emphasizing that Advantor is the sole provider of this equipment, which must be installed by certified technicians, an essential requirement for security operations at the base. The document indicates that due to non-competitive circumstances, primarily driven by security regulations, no alternative suppliers can meet the needed specifications. It also states intent to post the notice of single-source award to expand competition avenues in the future. Additionally, measures will be taken to perform market research to identify other potential suppliers for similar requirements moving forward. The contracting officer confirmed that only a single source can fulfill this contract action based on applicable regulations.
    Lifecycle
    Title
    Type
    99 CES EOD Advantor ACS
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    Intent to Sole Source - 48 RQS CYPRES and MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to sole source the procurement of the CYPRES System and associated maintenance services to SSK Military Industries Inc. This procurement is critical as the CYPRES 2 Automatic Activation Device (AAD) is the only equipment authorized for use under the Air Force Personnel Parachute Program, ensuring operational readiness for Air Force personnel during parachute operations. Interested vendors who believe they can meet these requirements are encouraged to contact the primary or secondary points of contact, Della Fales at della.fales.1@us.af.mil or Micky Hallman at micky.hallman.1@us.af.mil, by the specified deadline to express their capabilities.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, particularly the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training services to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.
    MULTI-LOCATION VINDICATOR SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install various Vindicator Security Systems at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves multiple Contract Line Item Numbers (CLINs) for the installation and upgrade of security systems, including an Access Control System and Intrusion Detection Systems, all of which must be compatible with Honeywell Vindicator Badge Manager 3 and Windows 10. This initiative is crucial for enhancing security measures at the base, ensuring compliance with military standards and regulations. Interested contractors should contact Della Fales at della.fales.1@us.af.mil or 520-288-1922, and are encouraged to attend a site visit on September 13, 2024, with quotes due shortly thereafter.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 1
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking proposals for the installation of a Vindicator Badge Manager System to enhance access control capabilities. The project requires the provision of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which must be compatible with the existing Honeywell Vindicator system, to manage Discrete Control Authorizations (DCAs) for Restricted Area Badges (RAB). This initiative is critical for maintaining security protocols and compliance with military directives, ensuring that only authorized personnel can manage access to sensitive areas. Quotes are due by September 25, 2024, at 10 AM MT, and interested vendors should contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil for further details.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.