Skip to main content

An official website of the United States government

You have 2 new alerts

IDS Maintenance

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Mar 18, 2024 10:31 am EDT
  • Original Published Date: Mar 14, 2024 12:52 pm EDT
  • Updated Date Offers Due: Mar 21, 2024 10:00 am EDT
  • Original Date Offers Due: Mar 21, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 05, 2024
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Virginia Beach , VA 23461
    USA

Description

Incumbent is M20001-18-F-0017 to L3 Harris/Unidyne, Inc.

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Offers are due on March 21, 2024, at 10:00AM (EST) to GySgt Raynn Baptiste (raynn.baptiste@usmc.mil) 

NAICS: 334290

Size Standard: 800EMP

ITEMS REQUESTED:

IDS Maintenance in accordance with PWS and QASP 

(1) Place of Performance:Virginia Beach, VA

Period of Performance: Base year plus (4) option years

Background:

1.   Scope.  Marine Corps Intelligence Schools (MCIS) requires the technical services, labor, and materials in support of Access Control System (ACS), Intrusion Detection system (IDS) and CCTV Systems in buildings 448, 449, 450, and 451, and within the debriefing and control pods located aboard Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, VA.

2.   Requirement.  The Contractor shall perform maintenance actions on equipment listed below.  The work shall consist of IDS and ACS System inspections, equipment diagnostic, testing, software and firmware upgrades/modifications, handling of trouble calls, and recurring services such as minor repairs and replacement in support of our below mentioned equipment (2a).  Work shall also include CCTV and POE switch inspections, equipment diagnostics, testing, software/firmware upgrades/modifications, handling of trouble calls, and recurring services such as minor repairs and replacement in support of our below equipment (2a and 2b). 

      a.   Lenel Access Security System (ACS and Intrusion Detection System (IDS)

            Lenel Software                                                  Lenel Work Station/Server Software

            Electronic Magnetic Lock                                  Electronic Door Strikes      

            Field Control Panels                                         Door Contacts-REX PIRs

            Reader Modules-Input Modules                       Door Release Buttons-Batteries     

            Dual Reader Interface Modules                        PIV Class RPK 40 Readers                                                         

            Intercom Modules-CCTV Cameras                  CCTV Monitors                                        

            Digital Video Recorders                                    Camera Power Supplies

             All Related Low Voltage Security Wiring           Arming Keypads-IDS Panels                              

            Balanced Magnetic Switches and Sensors       Zone Expanders                                                 

            Motion Detectors                                               HUB’s                                                     

            Smart Door Strikes                                            Input Control Modules (Series Two)

            Proximity Readers-Comm Modems                   APX UPS Battery x1

        b.   Interior IP Dome Closed Circuit Television (CCTV)      

Vivotek 2 MP WDR Dome Network Cameras, 2.8mm lenses with microphones (FD9166-HN or equivalent) x 35

24-port Cisco switch with rack x1                      Dell Work Station - laptops x5

52-port Cisco switch with rack x2                      Dell Server

48-port POE switch with rack x3                       Dell Server Software – Microsoft Server 12   

Mounting Hardware                                          HP Work Stations - desktops x5

Vivotek Vast2 Software                                    APX UPS Battery x2

Vivotek Shepard2 Software                             Patch Category 5e cords

Category 5e cables                                          Category 6e cables - weatherized / shielded

3.   Maintenance.  The contractor shall ensure all units are maintained in a good working order to maximize the effectiveness and minimize a chance for downtime. 

      a. Testing.  The contractor shall provide quarterly (4) testing and inspection of the systems within

buildings 448, 449, 450, and 451 and the debriefing and control pods within the period of performance.  The work shall consist of Annual IDS and ACS inspections, and B448 and Analog CCTV System testing, and annual inspections with the debriefing and control pods for the IP CCTV System testing.

b.  Software Support.  Provide a comprehensive security software plan that allows the command to be current with all software revisions and advancements as they allow the command to be current with all software revisions and advancements as they are made available by manufacturers.  Such revisions will keep the installed system operating with the latest technology.  Software upgrades typically occur annually, however many times they have been released several times throughout a given calendar year.  With the proliferation of technology, Software support is invaluable to keeping the systems current.  Covered software will include Lenel Software for these Dongles: 28606 (B448).

      c. Trouble Calls.  The Contractor shall provide a means for the Government to place trouble calls.

                        1.  Emergency Service.  Trouble Calls requiring emergency service (involving conditions

which may adversely impact health/safety, security, productivity, or cause greater physical damage if left uncorrected for a period of time) shall be responded to within (4) hours.

2.  Routine Service.  Trouble calls requiring routine service shall be responded within (24) hours of the normal work day. Requests for routine service received outside normal working hours shall be responded to the next business day.          

      d. Minor Repairs.   The Contractor shall diagnose the problem identified in the trouble call and repair

          and/or replace defective equipment.  At the time of diagnosis, the Contractor will complete

          any identified corrective or preventive maintenance to avoid future disruption of service.  The

          Contractor shall notify the Government of required repairs and provide notification to the

          Government when that repair is completed.

4.  Qualification.   All Contractors performing work will have the appropriate Lenel qualifications and

     certifications required to perform the work.  Vendor will be required to maintain Lenel government

     DOD Value Added Reseller Certification in order to procure Lenel equipment when needed.

5.  Other Condition/Requirements.

      a.   Coordinate all work through the onsite Facility Manager.

      b.   Conduct an In-brief meeting (Kick Off) with onsite government representative prior to start of

            task.  Review the approved PWS and timeline.   

       c.   Utilize adhere to approved/established electrical tag-out procedures, as required.

       d.   Maintain work area free of trash and debris.  Properly dispose of all trash and debris in designated

            containers.

       e.   Ensure UL 2050 Compliance.

       f.   Ensure 705 Compliance.

       g.   National Electronic Code (NEC)

6.   Service Locations.  The Contractor shall arrive to the respective building and contact the POC below or the designated personnel MCIS or Marine Detachment personnel pre-coordinated and will be escorted to the required room to perform the work. 

  1.  IDS and CCTV maintenance locations for building 448 motion sensors, badge readers, and CCTV cameras per Enclosure (1)
  2. IDS and CCTV maintenance locations for building 449 motion sensors, badge readers, and CCTV cameras per Enclosure (2)
  3. CCTV maintenance locations for Interrogation Pods CCTV cameras, server, switch, and monitoring station per Enclosure (3).
  4. IDS maintenance locations for Trailers 450 and 451 badge readers, and interior and exterior motion sensors per Enclosure (4).

*************************************************************************************************************************

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. (www.acqusition.gov)

Provisions and Clauses:

Offerors are instructed to completely fill out FAR 52.204-24 or 52.204-26 AND 252.204-7016 or 252.204-7018 and return it along with your quote. If you do not have a SAM.gov profile or it has not been updated, please fill out and return FAR 52.212-3.

Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision.

Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, and the specific evaluation criteria to be included in paragraph (a) of that provision.

Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause.

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.

Contact Information

Contracting Office Address

  • H&S BN MARFORCOM ATTN SUPO M20001 C ST BLDG MCA 614, MCB CAMP ALLEN
  • NORFOLK , VA 23551-2596
  • USA

Primary Point of Contact

Secondary Point of Contact





History