1 SOSS Access Control System
ID: FA441724Q0339Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

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 qualified small businesses to provide repair and upgrade services for the Access Control System at Hurlburt Field, Florida. The contractor will be responsible for managing all tools, equipment, and labor necessary for the installation, including software and hardware upgrades, warranty provisions, and compliance with safety standards. This project is critical for enhancing security at the facility and ensuring the Access Control System operates effectively. Interested parties must submit their offers by September 10, 2024, and direct any inquiries to Peyton Cole or Dorian Mija via the provided contact information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) FA441724Q0339 for an Access Control System enhancement project at Hurlburt Field, Florida. It seeks quotes from qualified small businesses to provide all necessary labor, equipment, materials, and shipping for the addition of an access control system to building 90747. The RFQ emphasizes that all quotes must be valid until September 30, 2024, and outline delivery terms as FOB destination. It specifies a single task line item with firm fixed pricing. Interested parties must submit written offers by September 5, 2024, and ensure active registration in the System for Award Management (SAM). The quotes will be evaluated based on lowest price technically acceptable criteria, and the acquisition is solely open to small businesses. Additional information about contract clauses, delivery schedules, and the contractor's responsibility for ensuring receipt of their quotation is included. The document outlines standard compliance and regulatory requirements applicable to the procurement process. Overall, it reflects the government’s intent to enhance security through contractual engagement with small businesses while adhering to established federal guidelines.
    This document serves as an amendment to a solicitation, specifically outlining procedures for acknowledging receipt and modifying offers due to a change in scheduling. Key points include the extension of the offer submission deadline to September 10, 2024, 2:00 P.M. CST, and the new due date for questions, now September 3, 2024, 9:00 A.M. CST. Additionally, a site visit is scheduled for August 29, 2024, at 9:00 A.M. CST, requiring interested parties to submit requests by August 27, 2024, noon CST. The document emphasizes the need for parties to acknowledge the amendment by various methods, including submission of a letter or electronic communication with the solicitation details, to avoid rejection of their offers. All other terms and conditions from the original solicitation remain unchanged. This amendment is typical within the context of federal and state contracting processes, ensuring that all interested parties are informed about modifications that may impact their proposals or bids.
    The document outlines a Statement of Work (SOW) for the repair and upgrade of an Access Control System for the 1 Special Operations Support Squadron at Hurlburt Field, FL. The contractor is tasked with providing all necessary tools, equipment, and labor for the installation, including a support agreement for the Velocity Software, hardware, and required training. Key responsibilities encompass upgrading both software and hardware components, securing the installation under warranty for one year, and ensuring compliance with safety and technical standards. Additionally, a Contractor Verification Test will be performed upon completion, and any identified issues must be resolved before government acceptance. The work is to be conducted during standard hours, with potential for extended hours upon approval, while explicitly stating that no government-furnished property or services will be provided. This SOW aims to ensure the contractor achieves a fully operational Access Control System to enhance security at the facility while maintaining rigorous compliance with government standards.
    The document outlines wage determinations under the Service Contract Act for federal contracts in Okaloosa County, Florida. It specifies minimum wage requirements for contracts awarded on or after January 30, 2022, and details wage rates for various occupations such as administrative support, automotive service, and health occupations. Contractors must adhere to minimum wage rates set by Executive Orders 14026 ($17.20 per hour) or 13658 ($12.90 per hour), along with fringe benefits, including health and welfare reimbursements. It also covers paid sick leave provisions under Executive Order 13706 for contracts issued from January 1, 2017, onward. Additional stipulations include conformance procedures for unlisted job classifications, hazardous pay differentials for specific occupations, and uniform allowances. The document serves as a guideline for contractors bidding on federal contracts, ensuring compliance with labor standards and protections for workers in varied roles throughout government contracts. This regulation reflects the government’s commitment to fair labor practices and worker rights in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    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 Army, is soliciting proposals for the installation of an Access Control System (ACS) and 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, particularly 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 services 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.
    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.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    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.
    Blast Containment Management System (BCMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the maintenance and upgrade of the Blast Containment Management System (BCMS) at Kirtland Underground Munitions Maintenance and Storage Complex (KUMMSC) in New Mexico. The contract aims to ensure the BCMS effectively responds to unintended blasts by maintaining and enhancing its operational capabilities, which includes software and hardware upgrades, testing of components, and emergency maintenance services. This procurement is critical for maintaining safety protocols and operational effectiveness at the facility, emphasizing the importance of compliance with federal regulations and the need for qualified small businesses to participate. Interested vendors must submit their proposals by September 19, 2024, and are required to register in the System for Award Management (SAM) to qualify for the contract. For further inquiries, potential bidders can contact My Cole Robinson at mycole.robinson.1@us.af.mil or Andrew Wiseman at andrew.wiseman.2@us.af.mil.
    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 various security systems across three locations, ensuring compatibility with Honeywell Vindicator Badge Manager 3 and Windows 10, with specific requirements outlined in three Contract Line Item Numbers (CLINs) for different systems. This initiative is crucial for enhancing security measures at military installations, reflecting the government's commitment to maintaining operational readiness and safety. Interested contractors 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.
    Sources Sought- 460 CES Alerton Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force 460th Contracting Squadron, is seeking potential vendors for an annual software license to upgrade the Alerton Compass Ascent Compass 2.1 system at Buckley Space Force Base in Colorado. The primary objective of this procurement is to modernize the Energy Management Control System (EMCS) to ensure compliance with USAF network policies, enhance automation controls, and improve operational efficiency without disrupting ongoing operations. This upgrade is critical for maintaining mission readiness and adhering to stringent security and safety standards, including background checks for contractor personnel and compliance with OSHA regulations. Interested vendors must submit their capabilities statements and responses via email to the designated contacts by 2 PM MDT on September 22, 2024, with questions due by September 20, 2024.