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 - 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.
    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.
    99 ABW Unify CP Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing at Nellis Air Force Base in Nevada. This procurement is aimed at enhancing the communications capabilities of the Las Vegas Regional Command Post, necessitated by the current system's end-of-life status and the absence of maintenance options. The contract, valued at $313,598.19, will be awarded to MCS of Tampa, Inc., the only provider with the specialized knowledge and security clearance required for the installation and support of Unify products, which are critical for effective emergency responses. Interested parties must submit their capability statements by September 23, 2024, at 10:00 AM Eastern Time, via email to Erin Lilly at erin.lilly.1@us.af.mil, as this notice is not a request for competitive proposals.
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    99 FSS Security Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition and installation of security cameras at Nellis Air Force Base, Nevada, under the solicitation number F3G3MH4235AC01. This procurement is designated as a Total Small Business Set-Aside and requires vendors to provide all necessary materials and services, including the installation of 35 surveillance cameras in various locations within the Warrior Fitness Center, ensuring comprehensive coverage for facility safety. Interested parties must submit their electronic quotes by 25 September 2024, at 1000 PDT, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, vendors can contact Justin Woosley at justin.woosley@us.af.mil or Agatha Keith Morrison at agatha.morrison@us.af.mil.
    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.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    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.
    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.