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 soliciting proposals for the installation of an Intrusion Detection System (IDS) and Access Control at the 149th Fighter Wing located at Joint Base San Antonio-Lackland, Texas. The project requires the contractor to provide a Honeywell Vindicator V5 IDS, ensuring compliance with ICD705 standards for classified storage, as the facility houses F-16 simulators critical for pilot training. The contract is set as a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable criteria, with a Firm Fixed Price contract type. Interested contractors should contact Capt Derek Guedes at derek.guedes.3@us.af.mil or 210-612-0153 for further details.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of modular furniture and related services for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves providing new furniture, removing existing furniture, and managing the design, delivery, and installation of the new furnishings, with a completion timeframe of 90 days post-order. This initiative is crucial for modernizing the workspace in accordance with federal guidelines and enhancing operational efficiency within the facility. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 10, 2024, and can direct inquiries to Richard Jensen at richard.jensen.5@us.af.mil or Jaison Saavedra at jaison.saavedra@us.af.mil.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 2)
    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 involves the design, purchase, installation, replacement, and testing of a PL4 AMAG Access Control System (ACS), transitioning from 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 set aside exclusively 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.
    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.
    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.
    CCTV Camera Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the installation and configuration of network switches as part of a CCTV Camera Upgrade project at Fort Cavazos, Texas. The procurement aims to enhance network connectivity for operational CCTV cameras, facilitating remote monitoring from the Base Defense Operations Center, and includes the removal of outdated equipment and installation of new systems. This initiative is critical for improving security infrastructure at military installations, ensuring reliable surveillance capabilities. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 17, 2024, and can direct inquiries to Isadiri Estalilla at isadiri.estalilla@us.af.mil or David Delgado at david.delgado.21@us.af.mil.
    317 AW Vindicator Alarm System for Bldg. 6015
    Active
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to install a Vindicator Alarm System in Building 6015. The project involves the removal of the existing alarm system and the installation of a new Vindicator system, which is crucial for securing sensitive areas that contain classified documents and materials. This procurement is part of a broader effort to enhance security infrastructure within military facilities, ensuring compliance with Air Force regulations and maintaining operational integrity. Interested vendors must submit their quotes by September 25, 2024, at noon (CST), and can direct inquiries to Jerime W. Gorse at jerime.gorse@us.af.mil or Tyrie Tanaka at tyrie.tanaka@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.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, through the Davis-Monthan Air Force Base, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) as part of a Total Small Business set-aside procurement. The project involves removing the existing weapons vault alarm system and installing a new system that meets specific security requirements, including two levels of intrusion detection to ensure the safety of a hazardous facility. This procurement is critical for enhancing security measures and compliance with federal regulations, with quotes due by September 19, 2024, and a site visit scheduled for September 13, 2024. Interested vendors should direct inquiries to Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.