317 AW Vindicator Alarm System for Bldg. 6015
ID: FA4661Q0152Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the installation of a Vindicator Electronic Security System at Building 6015, Dyess Air Force Base in Abilene, TX. The contractor must deliver a comprehensive security camera surveillance system that meets specific accreditation standards for a Classified, Open Storage Facility. The work is divided into four phases: 1. **Installation** includes setting up the Vindicator system with intrusion detection and access control components, and ensuring compliance with applicable regulations. 2. **Removal** of existing systems should occur only if they are present, specifically targeting outdated components. 3. **Training** for personnel is required, ensuring they can operate the system properly; sessions should not exceed four hours for a maximum of 15 attendees. 4. **Testing** mandates thorough operational verification in coordination with the government. Additional details specify operational protocols, safety requirements, compliance with legal standards, and responsibilities for materials and damages. The contractor is also tasked with maintaining a clean worksite and ensuring personnel visibility on base through identification measures. Overall, this contract illustrates a commitment to enhancing security infrastructure while adhering to federal and military regulations.
    The 7th Contracting Squadron at Dyess AFB seeks to install a Vindicator Electronic Security System, comprising an Intrusion Detection System (IDS) and an Access Control System (ACS), while maintaining the existing Monaco system. This project will unfold in four phases, including installation, user training, maintenance, and implementation of a Visitor Badge System. Due to existing Vindicator systems at Dyess AFB and compliance with Air Force regulations, Vindicator (owned by Honeywell) has been selected for this requirement, which limits competition to three approved vendors. While Honeywell is the sole provider of the Vindicator system, the procurement process noted potential small business participants and anticipates reasonable competition through a small business set-aside on SAM, in accordance with FAR guidelines. Market research was conducted, revealing a decrease in available vendors since prior procurements, but still confirming several small businesses capable of distribution and installation of the Vindicator system. An RFI yielded responses from multiple interested vendors, ensuring a competitive landscape for pricing. Moving forward, efforts will be made to maintain competition for similar future requirements, addressing any barriers identified. The document concludes with certifications by the contracting officer and technical personnel regarding the document's accuracy and completeness.
    The document outlines an equipment list for the 317 AW Vindicator Requirement, detailing the specifications and quantities required for various components related to security and access control systems. It includes items for building equipment, intrusion detection systems, access control systems, and networking infrastructure. Key components listed comprise enclosures, control units, power supplies, batteries, and numerous cables, indicating a focus on establishing a robust security framework. Additionally, it outlines associated services such as installation, programming, and testing phases, emphasizing a thorough approach to implementation. The document serves as a comprehensive reference for contractors responding to government RFPs, ensuring clarity in the procurement of necessary equipment and services for enhancing security infrastructure within federal facilities. It reflects the government's emphasis on quality, compliance, and effective security management in its operational environments.
    The government document outlines construction plans for renovations at the 317th HQ Building 6015, located at Dyess Air Force Base. The project includes modifications to various areas such as corridors, offices, and secure spaces, emphasizing structural changes to improve sound separation, identified as STC-50 rated rooms. Detailed architectural notes highlight the scope of work, including demolition, reconfiguration of spaces, new wall and ceiling installations, and compliance with accessibility guidelines. Specific sections detail requirements for equipment installations, wall finishes, and the handling of personal electronic devices to maintain security within the XP secure area. The document also includes a timeline for construction activities, specifications for mechanical and electrical upgrades, and safety protocols that must be adhered to throughout the project. Overall, it reflects a structured approach to enhance facility functionality and security while adhering to regulatory standards in government contracting. This project underscores the commitment to maintain secure and functional environments in support of military operations.
    The document outlines a Request for Quote (RFQ) issued by the 7th Contracting Squadron at Dyess Air Force Base, Texas, for the procurement of intrusion detection system equipment and related services. The RFQ, numbered FA466124Q0152, was issued on September 17, 2024, and aims to establish a Firm-Fixed Price (FFP) contract. Interested vendors are required to submit their quotes via email by the deadline of September 25, 2024, at noon (CST), and must adhere to the specific submission guidelines provided. The government will evaluate offers based on the lowest price while ensuring technical compliance with the provided specifications. The solicitation includes several items, such as equipment supply, installation, and training services. Vendors must present a comprehensive technical approach along with their quote and ensure the desired delivery is made within 30 days following construction completion of building 6015. The document also emphasizes the importance of contract compliance, noting that the government reserves the right to cancel the solicitation if necessary. This RFQ exemplifies the government's procedural framework for engaging vendors in securing critical infrastructure services while ensuring fiscal responsibility and adherence to regulations.
    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.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.
    MULTI-LOCATION VINDICATOR SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install a Multi-Location Vindicator System at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves upgrading security systems across three locations, requiring compatibility with Honeywell Vindicator Badge Manager 3 and Windows 10, with specific tasks outlined in three Contract Line Item Numbers (CLINs) for various alarm and access control systems. This initiative is crucial for enhancing the security infrastructure at military installations, ensuring compliance with Department of Defense standards, and maintaining operational readiness. Interested parties must submit their quotes by September 20, 2024, by 6 PM Eastern Time, and can direct inquiries to primary contact Della Fales at della.fales.1@us.af.mil or secondary contact C. Jacob Brantingham at carl.brantingham@us.af.mil.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking qualified vendors to provide and install a Vindicator Badge Manager System, as outlined in their recent solicitation. The procurement involves the acquisition of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which are essential for managing access to Restricted Area Badges (RAB) while ensuring compliance with stringent security requirements set by the USAF and DOD. This initiative is critical for enhancing security operations at military installations, allowing designated personnel to manage access authorizations effectively. Interested small businesses must submit their quotes by September 25, 2024, and are encouraged to attend a virtual briefing on September 18, 2024, for further details; inquiries can be directed to Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil.
    Intrusion Detection System Installation V5, Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the installation of an Intrusion Detection System (IDS) at Tyndall Air Force Base, Florida. The project involves the design, procurement, and installation of IDS components, specifically utilizing Honeywell equipment, while ensuring compliance with security protocols and environmental standards. This initiative is crucial for enhancing the security infrastructure at the base, with the contractor responsible for system integration, testing, and providing warranty support for one year post-installation. Interested parties should contact Trivane Dennis at trivane.dennis@us.af.mil or Deborah Williams at deborah.williams.3@us.af.mil to express their interest and capabilities in fulfilling the requirements outlined in the attached Statement of Work.
    Remove, Furnish and Install Fire Alarm B335
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal, furnishing, and installation of a new fire alarm system at Building 335 on Little Rock Air Force Base in Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to complete the installation in compliance with federal, state, and local regulations, with a completion timeline of 180 days from the award date. This project is critical for ensuring the safety and security of the facility, as it involves the installation of a Monaco fire alarm system, which is essential for effective fire detection and notification. Interested contractors must submit their proposals by September 24, 2024, and are encouraged to attend a site visit scheduled for September 19, 2024, at 09:00 AM CDT. For further inquiries, potential bidders can contact A1C Caleb Munyi at caleb.munyi.ke@us.af.mil or by phone at 501-987-8113.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, under solicitation FA480024Q0041. The contractor will be responsible for planning, procuring, and installing the security alarm systems in multiple buildings, ensuring compliance with all applicable construction codes and federal regulations. This initiative aims to enhance the security infrastructure of military facilities, providing a safe environment for personnel during training. Interested small businesses must submit their quotes by September 20, 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.
    PSFB Fire Alarm System (FARS) Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is soliciting quotes for the upgrade of the Fire Alarm System (FARS) across multiple buildings on the base. This project involves the replacement and enhancement of network switches and Uninterrupted Power Supply (UPS) systems, ensuring compliance with safety and environmental regulations while utilizing energy-efficient products. The upgrade is critical for maintaining operational readiness and safety standards at the facility, with a project completion timeline of 180 calendar days. Interested vendors must submit their quotes by September 25, 2024, and can contact SrA Langley Davis at langley.davis@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil for further information.
    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 an Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The project aims to enhance security infrastructure by ensuring compatibility with the existing Honeywell Vindicator security system, with a focus on compliance with Technical Specifications for Sensitive Compartmented Information Facilities (ICD 705). This procurement is set aside exclusively for small businesses, with a total set-aside amount of $25 million under NAICS code 561621, and requires completion within 180 days post-award. Interested vendors must submit their quotations by September 24, 2024, and can direct inquiries to SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    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 project at Joint Base San Antonio - Fort Sam Houston. The procurement involves the installation and integration of advanced security systems, including electronic locking mechanisms and a comprehensive camera system, aimed at enhancing the security infrastructure of Building 1469. This initiative is critical for improving safety measures within military facilities, ensuring compliance with federal, state, and local regulations. Quotes are due by September 23, 2024, at 10:00 AM CST, and interested contractors should contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil for further details.