ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

MARFORCOM Security System Install

DEPT OF DEFENSE M67000125Q0023
Response Deadline
Sep 9, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Marine Forces Command (MARFORCOM), is seeking qualified contractors for the installation of an integrated Access Control and Video Entry System at Building MCA-614 in Norfolk, Virginia. The project aims to enhance security and access control at three entry points by utilizing DoD Common Access Card (CAC) authentication and video verification, which includes the installation of magnetic locks, card readers, and hardwired video entry stations. This procurement is critical for improving monitoring capabilities and ensuring compliance with cybersecurity requirements, with a mandatory site visit required for interested bidders. Contractors must submit their proposals, including completed representations and certifications, to Nichole Dewitt at nichole.l.dewitt@usmc.mil by the specified deadline, with work expected to commence within 30 days of the Notice to Proceed.

Classification Codes

NAICS Code
334290
Other Communications Equipment Manufacturing
PSC Code
5810
COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS

Solicitation Documents

3 Files
M67000125Q0023.pdf
PDF569 KBSep 2, 2025
AI Summary
This government solicitation (M6700125Q0023) is an RFP for the procurement, installation, configuration, and testing of an integrated Access Control and Video Entry System at Building MCA-614, Headquarters Service Battalion, Marine Forces Command (MARFORCOM), Norfolk, VA. The project aims to enhance security, control access, and improve monitoring capabilities at three building entry points using DoD Common Access Card (CAC) authentication and video verification. The scope includes installing magnetic locks, CAC card readers, hardwired video entry stations, and a laptop with access control software. The system must be DoD CAC/PIV compatible, not require a wireless network, and comply with cybersecurity requirements. The contractor must provide end-user training and comprehensive O&M manuals. The period of performance begins within 30 days of the Notice to Proceed, with work performed Monday-Friday, 8:30 AM-4:30 PM. A mandatory site visit is required. The government will not furnish materials or equipment. Offers will be evaluated on price, technical capability, and past performance, with an award made to the most advantageous offeror.
52.212-3 Quoters Fill out.rtf
RTF272 KBSep 2, 2025
AI Summary
The document, FAR 52.212-3 (DEVIATION 2024-O0002) (JAN 2024) ALTERNATE I (JAN 2024), outlines comprehensive offeror representations and certifications for commercial products and services in federal contracting. It provides definitions for key terms like "Economically disadvantaged women-owned small business," "Forced or indentured child labor," "Inverted domestic corporation," "Service-disabled veteran-owned small business concern," and "Small business concern," among others. Offerors must complete specific paragraphs based on whether they have updated their annual representations in the System for Award Management (SAM). The certifications cover various aspects, including business size and type (small, veteran-owned, SDVOSB, small disadvantaged, women-owned, HUBZone), compliance with Executive Order 11246 regarding equal opportunity and affirmative action, payments to influence federal transactions, Buy American Act and Trade Agreements, responsibility matters (e.g., debarment, felony convictions, delinquent taxes), child labor, place of manufacture, service contract labor standards exemptions, Taxpayer Identification Number (TIN), restricted business operations in Sudan, prohibition on contracting with inverted domestic corporations, and entities engaging in certain activities relating to Iran. Additionally, it addresses ownership or control of the offeror, public disclosure of greenhouse gas emissions, and representations concerning internal confidentiality agreements for reporting waste, fraud, or abuse. The document concludes with a representation regarding covered telecommunications equipment or services, ensuring compliance with federal restrictions.
52.204-26 Quoters Fill out.rtf
RTF47 KBSep 2, 2025
AI Summary
This provision, "COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT 2020)," outlines requirements for offerors regarding covered telecommunications equipment or services in federal contracts. It defines key terms by referencing clause 52.204-25. Offerors must review the System for Award Management (SAM) to identify entities excluded from federal awards due to their involvement with covered telecommunications equipment or services. The core of the provision requires offerors to make two representations: first, whether they provide covered telecommunications equipment or services as part of their offerings to the Government; and second, after conducting a reasonable inquiry, whether they use such equipment or services, or any system that utilizes them. This ensures compliance with federal prohibitions on contracting for certain telecommunications and video surveillance equipment or services.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 2, 2025
deadlineResponse DeadlineSep 9, 2025
expiryArchive DateSep 24, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
COMMANDING GENERAL

Point of Contact

Name
Nichole Dewitt

Place of Performance

Norfolk, Virginia, UNITED STATES

Official Sources