Access Control System Upgrade
ID: FA4830-24-Q-0049Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to upgrade the Access Control System (ACS) at Moody Air Force Base, Georgia. The project involves enhancing the existing LenelS2 Access Netbox ACS, which was installed between 2012 and 2014, by installing six new Common Access Card (CAC) readers and ensuring compliance with safety codes and fire regulations. This upgrade is crucial for maintaining secure access to Building 115 and improving overall facility security, with a focus on adhering to federal safety standards. Interested contractors must submit their proposals by September 23, 2023, and are encouraged to attend a pre-bid site visit on September 20, 2023. For further inquiries, potential bidders can contact Darien Savage at darien.savage@us.af.mil or Samuel D. Garfunkel at samuel.garfunkel.1@us.af.mil.

    Files
    Title
    Posted
    The 93 Air Ground Operations Wing (AGOW) and 23 Mission Support Group (MSG) seek to upgrade and replace the Access Control System (ACS) at Building 115, Moody AFB, Georgia, to enhance security. The project involves installing new CAC and PIN readers with two-factor authentication at specified locations to ensure secure access. The upgrade includes replacing existing door locks with magnetic mechanisms, enabling panic lockdown options at critical points, and maintaining compliance with safety codes. A dedicated computer workstation will be set up to oversee ACS operations, manage entry logs, and support scheduled locking capabilities, with operations confined to a standalone system. Installation is expected to occur during regular business hours, with project completion set for September 1, 2024, and vendor responsibilities include providing training and a one-year warranty on the system. This initiative aims to bolster security measures following federal standards while ensuring operational readiness and effectiveness.
    The document appears to comprise a list of streets, possibly related to a geographic or urban planning initiative, given the context of government RFPs, federal grants, and local proposals. Streets such as Kangaroo Lane, Prewitte Street, and Flying Tiger Road are mentioned, suggesting a focus on specific locations. While there are no detailed descriptions or explicit mentions of projects, the enumeration of various streets might indicate areas targeted for development, infrastructure improvements, or community planning efforts. The listing may serve as a preliminary step in identifying neighborhoods affected by funding or projects under consideration, aligning with government objectives to enhance local amenities and infrastructure. This organized collection of streets could also facilitate logistical planning for potential contractors responding to RFPs, underscoring the necessity for a comprehensive approach to urban development in line with federal and state guidelines.
    The memorandum from the 23D Contracting Squadron at Moody Air Force Base pertains to a request for personnel access passes for contractors to the installation. It specifies the requirements for the access passes, including essential information such as personal identification details, contract number, and purpose of the visit. The document outlines the need for the individuals' full names, dates of birth, and company affiliations, emphasizing that Social Security numbers and DOBs are mandatory for base access. The memo specifies a single contract (FA4830-24-Q-0044) for a site visit regarding the Access Control System at Building 115, with the pass duration not exceeding one year. Contact information for the sponsor, a contract specialist, is provided for any inquiries. This document is a procedural step in the process of granting installation access based on compliance with security protocols within federal contracting procedures.
    This document is a record drawing from the U.S. Army Corps of Engineers Savannah District, specifically related to the completion of a project at Moody Air Force Base, Georgia. It indicates that the final construction conditions align with the authorized plans and any modifications made during the project. The drawing, designed and approved by designated representatives, highlights the essential aspects of the construction executed by Zapata Inc., including the status of components like CAC readers and door mechanisms, with specific removal instructions at two locations. The document serves as a compliance report, confirming that the construction meets the required standards and specifications. It is a critical reference for verifying the integrity of the completed project, ensuring transparency and adherence to government regulations in public works undertakings.
    The document outlines a combined synopsis/solicitation (FA4830-24-Q-0049) for upgrading the Access Control System (ACS) at Moody Air Force Base, primarily targeting small businesses. The existing LenelS2 Access Netbox ACS, installed between 2012 and 2014, requires enhancements to accommodate DOD Common Access Cards (CAC). The upgrade includes installing six CAC readers, with specific placements on building exits, ensuring compliance with safety codes and fire regulations, and implementing a central control system with Windows 11 for efficient access management. The contractor must provide a one-year warranty, be available for immediate service, offer training to users, and submit technical documentation. Evaluation criteria will consider technical capability, cost, and past performance, with funds subject to availability. The submission deadline is September 23, 2023, with a pre-bid site visit scheduled. This initiative underscores the government's effort to enhance security infrastructure while supporting small business participation in federal contracts. Compliance with federal acquisition regulations and local safety standards is essential throughout this procurement process.
    The document outlines the requirements for sensor-release electrical locking systems as specified in the NFPA 101 Life Safety Code and NFPA 72 National Fire Alarm and Signaling Code. It mandates that doors used for egress must automatically unlock when a sensor detects an approaching occupant or in the event of power loss. Furthermore, manual release devices must be accessible, clearly marked, and capable of overriding the locking system without relying on its electronics. Additionally, such doors must remain unlocked during emergencies as triggered by fire alarm systems. The codes also specify that any electrically locked doors in critical egress pathways must conform to stringent safety and operational protocols, ensuring ease of exit during emergencies. The emphasis on ensuring these systems comply with safety standards underlines their critical role in safeguarding human life and public safety, reflecting the government’s commitment to enforcing codes that protect building occupants. These requirements are vital for compliance with federal, state, and local safety regulations and are pertinent to RFPs and grants aimed at ensuring safety in public buildings.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY24_Common Access Card (CAC)_Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for a Common Access Card (CAC) Door Access System for the Air Force Judge Advocate General School. This procurement aims to enhance security measures by acquiring access control equipment, software, and installation services, with a focus on new equipment only. The contract is set aside for small businesses, and all quotes must be submitted by 10:00 AM CDT on September 23, 2024, following a site visit scheduled for September 18, 2024. Interested vendors should ensure compliance with federal acquisition regulations and can contact Lauryn Setzer or William Stallings for further information.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the installation of an Access Control System (ACS) and an Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, including the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 2)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the upgrade of security systems at Building 1844, Peterson Space Force Base, under solicitation number FA2717-24-Q-0116. The project involves the design, purchase, installation, replacement, and testing of a PL4 AMAG Access Control System (ACS), transitioning from the existing GE Diamond system, with a performance period from September 30 to December 1, 2024. This procurement is crucial for enhancing the security infrastructure at the base and is set aside exclusively for small businesses under NAICS code 561621. Interested offerors must submit their quotations, including a cover letter and detailed technical and pricing information, by September 20, 2024. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or call 719-556-9087.
    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.
    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.
    Multiple Award Construction Contract (MACC), Moody AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    CCTV System Upgrade and VICADS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the upgrade of the Closed-Circuit Television (CCTV) system at Eielson Air Force Base in Alaska. The procurement aims to enhance surveillance capabilities in accordance with the Non-Nuclear Intrusion Detection System (IDS) Equipment Approval Memorandum, requiring specific equipment as detailed in the associated documentation. This upgrade is critical for ensuring comprehensive monitoring and security at federal sites, aligning with government objectives to improve public safety and regulatory compliance. Interested vendors, particularly small businesses, must submit inquiries by September 19, 2024, and note that funding for the contract is contingent upon the availability of appropriated funds. For further information, contact 1st Lt Julieth Collazos at julieth.collazos.1@us.af.mil or SSgt Marta Burke at marta.burke@us.af.mil.
    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.
    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.
    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.