Security Alarms & Installation
ID: FA480024Q0041Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, specifically for the 128th Aviation Brigade. The contractor will be responsible for planning, procuring, and installing the security alarm systems in designated barracks, ensuring compliance with all applicable construction codes and federal regulations. This initiative is crucial for enhancing the security infrastructure of military facilities, thereby safeguarding personnel and property during training activities. Interested small businesses must submit their quotes by September 18, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.

    Files
    Title
    Posted
    The document outlines the requirements for installing a Door Alarm Monitoring System (DAMS) at the 128th Aviation Brigade's Advanced Individual Training barracks at Fort Eustis, Virginia. The primary objective is to establish a secure environment by installing theft-proof, hard-wired alarms in several barracks, which include alarms at all exterior doors, stairways, and sleeping area doors, ensuring compliance with TRADOC Regulation 350-6. The contractor is responsible for delivering a complete and operable system, including all necessary labor, materials, and cabling installations that adhere to safety codes. Training for personnel on system operation and maintenance is included, along with a one-year warranty on labor and a five-year warranty on alarms, with no recurring fees. Security protocols dictate that work is conducted under strict supervision, with a contractor's responsibility to safeguard all government property. Rigorous adherence to installation requirements and documentation of contractor certifications are mandated. This initiative emphasizes enhancing the security infrastructure of military facilities, aligning with federal compliance standards and ensuring safety for personnel during training.
    The JBLE Form 1, dated May 2024, serves as a Base Access Request for individuals seeking unescorted access to Joint Base Langley/Eustis (JBLE). It outlines the process for identity proofing and vetting, particularly for contractors, visitors, and foreign nationals, highlighting security protocols established under Title 10 of the U.S. Code. The form requires extensive personal and organizational information, such as the sponsor's title, contact details, DoD ID number, and the purpose of the visit. Specific procedures for foreign visitors include prior documentation submission, background checks, and mandatory hosting by a sponsor during their stay on base. Key points include requirements for advance notice (7 days for foreign visitors, 14 days for EAL requests), conditions for badge issuance, and expectations for conduct while on base. The form also specifies that lost badges must be reported for replacement and emphasizes responsibility on sponsors for their guests' compliance with JBLE regulations. The document thus ensures a structured approach to managing base access related to federal contracts or events, framing a secure environment while complying with the outlined government protocols.
    The document outlines site visit instructions for the Barracks Security Alarms and Installation requirement at Fort Eustis, VA, scheduled for September 13, 2024, at 11:30 AM EST. Visitors must complete the Fort Eustis Base Access Form, providing necessary personal information, and submit it via email by noon on September 12, 2024. Upon arriving at Fort Eustis, attendees will acquire a pass from the Visitor Control Center located at Building 2 outside Gate 1, before proceeding to the designated address at 2308 Jackson Ave. This site visit is part of the procurement process associated with the federal RFP, ensuring compliance with base access protocols for potential contractors. The document serves to inform and prepare participants for the site visit, ensuring a smooth and secure experience in line with governmental procedures.
    The document outlines a solicitation for a contract aimed at procuring a security alarm system for the 128th Aviation Brigade at Fort Eustis, Virginia, specifically targeting women-owned small businesses (WOSBs). The solicitation number is FA480024Q0041, with a total award amount up to $25 million and a performance period from September 20, 2024, to September 19, 2025. It contains detailed requirements for the purchase and installation of barracks security alarms and stipulates that offerors must complete various blocks, including pricing and certification provisions. The solicitation incorporates numerous Federal Acquisition Regulation (FAR) clauses, addressing issues such as payment processing, contract administration, and compliance with regulations concerning subcontracting and service standards. Moreover, it mandates electronic submission of payment requests and emphasizes the necessity for unique identification of items delivered under the contract. This procurement aligns with federal initiatives to support small businesses and ensure adherence to specifications and standards within government contracts, thereby promoting economic diversity and operational efficiency in the federal procurement process.
    Joint Base Langley-Eustis is issuing a Request for Proposal (RFP) for Security Alarm System and installation services under solicitation FA480024Q0041, exclusively for small businesses as per FAR 19.502-2(a). The relevant NAICS code is 561621, with a size standard limit of $25 million. Interested firms must be registered in the System for Award Management (SAM) and are encouraged to check the Government Point of Entry (GPE) for the solicitation, available on or after September 6, 2024. No paper copies will be provided; quotes can be submitted via email or fax. Queries regarding this RFP should be directed to Senior Airman Naomi Rants at the provided email address. The document emphasizes the importance of regularly reviewing the GPE for updates or amendments related to the solicitation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Acton Dorm Security Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Acton Dorm Security Upgrade at Joint Base San Antonio – Fort Sam Houston. The project involves the installation and integration of advanced security systems, including replacement locking mechanisms, fob access systems, and upgraded camera surveillance in dormitory Building 1469, ensuring compliance with federal, state, and local codes. This initiative is crucial for enhancing the safety and security of dormitory facilities, with a total small business set-aside under NAICS code 561621. Quotes are due by September 20, 2024, and interested bidders are encouraged to attend a non-mandatory site visit on September 13, 2024, with registration required by September 10. For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    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.
    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.
    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.
    26 WPS Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the installation of sound transmission code (STC) 49 wooden doors with metal frames at 26 WPS on Nellis Air Force Base, Nevada. The project entails the removal of existing doors, installation of new doors, and ensuring compliance with specified sound transmission ratings, along with the installation of electronic locks and proper sealing. This procurement is crucial for enhancing facility security and sound insulation, with a total small business set-aside under NAICS code 238290. Interested vendors must submit their quotes electronically by September 24, 2024, following a mandatory site visit on September 16, 2024, and must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, contact SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil.
    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.
    Security Equipment Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to upgrade the security equipment at Building 1534 located in San Antonio, Texas. This procurement involves replacing obsolete components within the integrated security system, which includes alarm, access control, and surveillance systems, ensuring that new equipment integrates seamlessly with existing systems while providing maintenance and warranty support. The project is critical for enhancing operational security and compliance with Air Force and National Defense Authorization Act standards, with a performance period of 90 days following contract award. Interested vendors must submit their quotations by September 16, 2024, and direct any questions to the primary contact, Jedidyah Luu, at jedidyah.luu@us.af.mil, or the secondary contact, Justin Ashley, at justin.ashley.6@us.af.mil.
    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.
    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.
    FY24_Common Access Card (CAC)_Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for a Common Access Card (CAC) Door Access System for the Air Force Judge Advocate General School. This procurement aims to enhance security measures by acquiring access control equipment, software, and installation services, with a focus on new equipment only. The contract is set aside for small businesses, and all quotes must be submitted by 10:00 AM CDT on September 23, 2024, following a site visit scheduled for September 18, 2024. Interested vendors should ensure compliance with federal acquisition regulations and can contact Lauryn Setzer or William Stallings for further information.