Building 4 Security System Upgrade
ID: FA301624Q5232Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a security system upgrade at Building 4, Joint Base San Antonio, Texas. This procurement is a total small business set-aside and requires the exclusive use of OSSI brand products to enhance the existing security infrastructure, which includes the installation of access locks and surveillance components. The project is critical for maintaining security standards and ensuring compatibility with existing systems, as only OSSI certified technicians can perform the installation to uphold warranties and system integrity. Interested vendors must submit their quotes via email by the specified deadline and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Jaison Saavedra at jaison.saavedra@us.af.mil or Richard Jensen at richard.jensen.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Port Authority in Texas has issued a Statement of Work for upgrading the security camera system in Building 4. This project requires a contractor to oversee the installation, troubleshooting, and integration of a new security system while ensuring safety measures. Key components include various card readers, magnetic locks, wiring, and motion sensors, along with a project timeline of 25 calendar days and specific work hours from 7:30 AM to 4:30 PM on weekdays. Quality control will be the contractor's responsibility, with oversight from government representatives who will conduct daily inspections and a final assessment. The contractor must maintain a clean worksite, comply with safety regulations, and ensure all work meets prevailing industry standards. Environmental consideration dictates that the contractor is accountable for waste disposal and site cleanliness. The project emphasizes adherence to federal and local safety laws, particularly those relating to the Occupational Safety and Health Administration (OSHA), while also addressing smoking, traffic regulations, and cell phone usage on the base. Overall, this RFP demonstrates the government's commitment to enhancing security infrastructure while ensuring compliance with safety and operational standards.
    The document outlines a Single Source Justification for a security upgrade project at the 39 IOS Det 1 located in Joint Base San Antonio-Lackland, Texas. This initiative aims to enhance security by adding necessary access locks and surveillance components to the existing OSSI security system. Due to the proprietary nature of OSSI equipment, which is not compatible with items from other manufacturers, the government must exclusively procure OSSI products to avoid security vulnerabilities. The acquisition requires use of OSSI certified technicians for installation to maintain warranties and ensure system compatibility. Efforts to ensure competition are acknowledged, although only OSSI products will be solicited. Future considerations include opening bids to a broader range of suppliers after the current equipment reaches end-of-life status. Lastly, a determination by the contracting officer confirms that only one source is reasonably available, reinforcing the necessity of this procurement approach. Overall, the action aims to fortify security infrastructure while adhering to government regulations for equipment compatibility.
    The Request for Quote FA301624Q5225 seeks quotations from small businesses for a security system upgrade at Building 4, Joint Base San Antonio. This RFQ is a brand name acquisition, requiring compliance with the attached Brand Name Justification. The primary deliverable is equipment meeting the specifications laid out in the Statement of Work. Quotes must include all line items listed and adhere to the established guidelines, or they will be deemed unacceptable. All vendors must be registered in the System for Award Management (SAM) and should submit their quotes via email before the specified due date. The government intends to award the contract based on the lowest priced eligible quotation that meets technical acceptability standards. The document highlights the conditions under which interchanges may occur, outlining the eligibility criteria and necessary certifications regarding tax liabilities and business status. Key provisions include compliance with telecommunications equipment regulations, representations regarding tax status and criminal convictions, and regulations addressing foreign business operations. Overall, the solicitation emphasizes the federal commitment to utilizing small business resources while ensuring compliance with various procurement regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    IDS System for Lackland AFB 149 FW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide and install an Intrusion Detection System (IDS) and access control for building 937B at the 149th Fighter Wing, located at Joint Base San Antonio-Lackland, Texas. The project involves the installation of a Honeywell Vindicator V5 IDS, which includes the installation and testing of 6,000 feet of single-mode fiber optic cable, ensuring compliance with ICD705 regulations for classified storage. This system is crucial for securing classified F-16 simulators and enhancing the facility's operational readiness, with the work to be completed within a two-week timeframe under a Firm Fixed Price contract. Interested contractors can contact Capt Derek Guedes at derek.guedes.3@us.af.mil or by phone at 210-612-0153 for further details.
    Alarm Fiber Installation Fort Sam Houston
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking vendors for the procurement and installation of an alarmed fiber protected distribution system (PDS) at the U.S. Army Medical Center of Excellence located at Joint Base San Antonio, Fort Sam Houston, Texas. The project involves the lifecycle replacement of the existing system, including the demolition of the current setup and the installation of a new system that is compatible with the existing "PremiSys" monitoring software, while ensuring compliance with military standards and guidelines. This initiative is crucial for enhancing operational efficiency and security within the Army's infrastructure. Interested parties must respond to the Sources Sought Notice by 12:00 PM CDT on September 17, 2024, and can direct inquiries to Jared Kiser or Tanisha Bush via their provided email addresses.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 1)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the upgrade of security systems at Building 1844, Peterson Space Force Base, under solicitation number FA2717-24-Q-0116. The project entails the design, purchase, installation, replacement, and testing of a new PL4 AMAG Access Control System (ACS), replacing the existing GE Diamond system, with a performance period from September 30 to December 1, 2024. This procurement is crucial for enhancing the security infrastructure at the base and is exclusively set aside for small businesses under NAICS code 561621. Interested offerors must submit their quotations, including a cover letter and detailed technical and pricing information, by September 20, 2024. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or call 719-556-9087.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    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.
    1st Helicopter Sq Camera Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade of the camera system for the 1st Helicopter Squadron at Joint Base Andrews, Maryland. The project involves the removal of an outdated analog camera system and the installation of 14 new digital cameras, along with a four-year maintenance service, to enhance surveillance capabilities around Buildings 1910 and 1911. This initiative is critical for modernizing security infrastructure and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561621. Interested contractors must submit their quotes via email by September 17, 2024, and can direct inquiries to A1C Cory Harris at cory.harris.5@us.af.mil or Jose Peregrinaflores at jose.peregrinaflores@us.af.mil.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows (twelve bays) of aircraft shelters to designated footings and dismantling two additional rows (eight bays), which will become the contractor's property post-demolition, all in compliance with the Service Contract Labor Standards. This procurement is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSB) and emphasizes the importance of adhering to federal contracting regulations and labor standards. Interested parties must submit their quotes by September 17, 2024, following a mandatory site visit on September 12, 2024, and can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil for further information.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to replace the outdated weapons vault alarm system with a new IDS, which is critical for ensuring security and compliance at a hazardous facility that requires constant monitoring to prevent unauthorized access. This opportunity is set aside for small businesses, with a total estimated contract value to be determined based on quotes received, and interested vendors must submit their proposals by September 19, 2024, following a site visit scheduled for September 13, 2024. For further inquiries, potential bidders can contact Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.