Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
SOLICITATION NOTICE

H -- Vindicator V3 Intrusion Detection Systems Life-Cycle Support

Notice Date
8/21/2025 10:24:16 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
STRATEGIC WEAPONS FAC PAC FINANCIAL SILVERDALE WA 98315-6499 USA
 
ZIP Code
98315-6499
 
Solicitation Number
N6471025Q0003
 
Response Due
8/29/2025 5:00:00 PM
 
Archive Date
09/13/2025
 
Point of Contact
Tabbatha Austin, Phone: 3605643069, Lacy Campochiaro, Phone: 3605642396
 
E-Mail Address
tabbatha.austin@swfpac.navy.mil, lacy.campochiaro@swfpac.navy.mil
(tabbatha.austin@swfpac.navy.mil, lacy.campochiaro@swfpac.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
1.0 Scope. Technical Department (SPB20), Strategic Weapons Facility Pacific (SWFPAC) has been tasked to provide life-cycle support for Vindicator V3 intrusion detection systems. Support includes the procurement and execution of an annual maintenance contract with Honeywell Vindicator Technologies to maintain and update system software and firmware. 2.0 Applicable Documents. (a) ICD 705, Sensitive Compartmented Information Facilities (b) ICS 705-1, Physical and Technical Standards for Sensitive Compartmented Information Facilities (c) ICS 705-2, Standards for the Accreditation and Reciprocal Use of Sensitive Compartmented Information Facilities (d) UL2050, National Industrial Security Systems Underwriters 3.0 Task Requirements. The Contractor shall provide one (1) year support for the following: (a) 24/7 advanced technical support for up to 10 incidents + 5 additional incidents. (b) 70 hours of Engineering Support for upgrades and system changes (c) 3 hours of Program Management Support (d) Device Firmware Upgrades (e) Device licenses for purchased equipment (f) On-site technical support for 2 weeks for all Vindicator servers and field devices to include direct expenses as listed: - Airfare - Lodging - M&IE - Ground Transportation 4.0 Government Furnished Information (GFI). Not applicable. 5.0 Data Deliverables. Not applicable. 6.0 Special Considerations. The system currently meets the requirements of ICD 705 and UL2040. Any changes to the system must comply with requirements stated in the ICD 705 and UL2050 written by Underwriter�s Laboratory, Inc. The contractor will provide all necessary technical information necessary in order for the facility to maintain the operational requirements of ICD 705. 7.0 Place and Period of Performance. Contractors must be able to gain access to SWFPAC on Naval Base Kitsap � Bangor, WA. Base access may be granted using the Rapid Gate System, DBIDS System, or other approved base access system at the Contractor�s expense. Contractors will be required to apply for a visitor badge (BAVR request) at https://www.bavr.cnic.navy.mil/. Coordination of the visitor badge will be through the Government Point of Contract. 8.0 Place of Performance. Work to be performed shall take place at SWFPAC, 6401 Skipjack Circle, Silverdale, WA 98315. The work involves IDS components associated with eight rooms: one on the first floor of the Limited Area Production and Storage Complex (LAPSC � Bldg 6500); where it is monitored in another building (SSCC - Bldg 6125); and seven on the third floor of LAPSC; where it is monitored in an additional room on the second floor of the same building (6500). Contractors will be required to be escorted while on SWFPAC facilities. All contractors must coordinate support service times through the Government Point of Contact in advance in order to ensure escorts will be available for support services to be completed. 9.0 Period of Performance. The period of performance shall run for one (1) year from 27 September 2025 to 26 September 2026. 10.0 SPECIAL PROVISIONS/ADDITIONAL INFORMATION: BASE ACCESS: Contractors must be able to gain access to SWFPAC on Naval Base Kitsap � Bangor, WA. Base access may be granted using the Rapid Gate System, DBIDS System, or other approved base access system at the Contractor�s expense. Once base access is granted, Contractors will be required to apply for a visitor badge (BAVR request) at https://www.bavr.cnic.navy.mil/. Coordination of the visitor badge will be through the Government Point of Contract. VEHICLE PASS: In order to drive a non-Government vehicle to the work location, the contractor must submit a SWFPAC Vehicle Pass Request and required documents to the COR. The non-Government vehicle must be registered in the company�s name and must have a clear logo displayed on the vehicle indicating the company it is registered to. When entering the base, the vehicle must have the approved vehicle pass displayed in the driver�s side windshield at all times. SAFETY ISSUES: The work described herein is primarily located in an industrial work area and compliance with safety regulations and protocols is paramount. The Contractor is responsible for maintaining compliance with Occupational Safety and Health Administration (OSHA) requirements for tasks performed, including ensuring personnel are trained for specific tasks and equipped with appropriate personnel protective equipment. IDENTIFICATION OF CONTRACTOR PERSONNEL: All Contractor personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public or to other workers that they are Government personnel. All contractor personnel are required to wear their Government issued badge on the exterior of their clothing, above the waistline, on the front of their body, that clearly announces who they are. LANGUAGE IN THE WORKPLACE. All Contractor personnel must be able to read, write, speak, and understand English. All communications and correspondence, verbally and in writing, shall be provided in English. POLITICAL ACTIVITY: Contractor employees shall not engage in any political activity within the Government workplace. POTENTIAL THREAT: The Contractor must not employ persons for work on this contract if such employee is considered to be a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. CONTRACTOR APPEARANCE: Contractor personnel must present a neat appearance and be easily recognized as Contractor employees by displaying their SWFPAC issued badge above the waist line at all times. OPERATIONS SECURITY (OPSEC): The Contractor is subject to all OPSEC requirements per SWFPAC Instruction 3070.1. ANTI-TERRORISM/FORCE PROTECTION (AT/FP): The Contractor will be subject to local AT/FP policies and procedures to include emergency evacuation local policy and
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea23499083934c3ea54483de32938d0f/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN07560443-F 20250823/250821230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.