IDS Maintenance

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 20, 2024
Due: Mar 27, 2024
Solicitation No: M2000124Q0003
Publication URL: To access bid details, please log in.
Follow
IDS Maintenance
Active
Contract Opportunity
Notice ID
M2000124Q0003
Related Notice
M2000124RB02
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCORP I&L
Sub Command 2
MARINE CORPS INSTALLATIONS COMMAND
Sub Command 3
MCIEAST
Office
COMMANDING OFFICER
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 20, 2024 11:19 am EDT
  • Original Published Date: Mar 14, 2024 12:52 pm EDT
  • Updated Date Offers Due: Mar 27, 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 11, 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 View Changes

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 27, 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.


Attachments/Links
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
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...CCTV Installations Status: Open Time Left:31 days Closing:5/21/24 2:00 PM Issued:4/19/24 2:47 PM ...

State Government of Virginia

Bid Due: 5/21/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.