CAC Badge Reader and Camera Upgrade
ID: N6134025Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified vendors to provide upgrades to its Access Control and Badging System (NACABS) in Orlando, Florida. This procurement involves the replacement and reprogramming of existing security badge readers and cameras, specifically transitioning to HID Signo models to accommodate U.S. Government smart cards and enhancing security infrastructure with new AXIS cameras. The project is critical for modernizing access control systems to ensure compliance with government standards and improve overall security. Interested vendors must submit their quotes by April 30, 2025, with the contract expected to be awarded based on the lowest price technically acceptable offers, and all work must be completed by September 15, 2025. For further inquiries, potential bidders can contact Madeline R. Jackson at madeline.r.jackson@us.navy.mil or Tony Pham at chi.t.pham@navy.mil.

Files
Title
Posted
The Performance Work Statement (PWS) outlines the requirements for upgrading the Access Control and Badging System (NACABS) at the Naval Air Warfare Center in Orlando, Florida. The project involves the installation and programming of government-furnished badge readers and reader panels, with specific emphasis on transitioning to systems compatible with Common Access Cards/PIVs. The designated site includes various buildings within the Research Park area, and prospective contractors are urged to inspect the site prior to proposal submission. Technicians must hold specific OnGuard certifications, and contracted work will be performed during standard hours, allowing for emergency responses within eight hours. The equipment list includes detailed specifications for badge readers and cameras to be replaced or reprogrammed, along with installation of an upgraded video surveillance system. Completion of the project, including testing, is mandated by September 15, 2025. Safety regulations and station-specific protocols require adherence to federal and local guidelines. This document serves as an official government request for proposals aimed at securing qualified contractors for the NACABS-CU upgrade, highlighting the federal commitment to enhance security infrastructure and maintain operational readiness.
The Performance Work Statement (PWS) details the installation and upgrade of the Naval Air Warfare Center Access Control and Badging System (NACABS). The project involves replacing and reprogramming existing badge readers and internal cameras at various buildings in Orlando, Florida. Contractors must provide specified government-furnished hardware, including HID Signo badge readers and AXIS cameras, while ensuring compliance with safety regulations and the ability to respond to maintenance requests rapidly. The work must be completed by September 15, 2025, and all vendor technicians must possess specific certifications and be U.S. citizens. The contractor is responsible for identifying any additional equipment necessary prior to contract award. Safety standards, including those from the OSHA and U.S. Army Corps of Engineers, must be adhered to, and a five-year warranty for the installed equipment is required. This structured document provides a comprehensive guideline for contractors bidding on this government project, emphasizing the importance of security, compliance, and timely execution.
The Naval Air Warfare Center Training Systems Division (NAWCTSD) has issued a Performance Work Statement (PWS) for the upgrade of the Access Control and Badging System (NACABS) involving the installation of badge readers and cameras. The project requires the contractor to install government-provided HID readers and reprogram existing panels to accept government Common Access Cards. Key locations for this upgrade are specified within several buildings in Orlando, Florida, with a recommendation to visit the site prior to proposal submission. Contractors must adhere to safety and health regulations and maintain a clean work environment, while also ensuring that all work is completed by September 15, 2025. Technicians with specific certifications are mandated, and the contractor is responsible for all necessary materials and labor. An extensive list of equipment including 42 HID Signo readers and 9 AXIS P3267 cameras will be deployed, with pre-identified existing equipment to be replaced or reprogrammed as specified. The PWS underscores the importance of proper execution within safety standards and is integral to maintaining secure operations at the facility, highlighting the government's commitment to upgrading security infrastructure efficiently and reliably.
Apr 16, 2025, 11:05 PM UTC
The document outlines the Government Furnished Equipment (GFE) requirements associated with RFP #N6134025Q0005, detailing the replacement and reprogramming of existing security badge readers across various locations. It specifies numerous existing HID badge readers and their corresponding replacements that will be provided by the government, emphasizing the transition to HID Signo models to accommodate 75-bit output U.S. Government smart cards and HID Proximity Cards. The replacements are scheduled to be ready within three days post-contract award, ensuring swift implementation. The file details each location, indicating specific rooms and areas where the equipment upgrades will take place, which reflect an emphasis on modernizing access control systems across the facilities. Overall, the purpose of this RFP is to enhance security through updated technology while ensuring compliance with government standards.
The document outlines the equipment procurement requirements for the installation of nine AXIS P3267-LV cameras as replacements for existing AXIS 3225-LV MK II cameras at specified locations within the DeFlorez building. Each new device must be brand new, compatible with existing Lenel Government-furnished equipment, and located in designated rooms. The proposal explicitly notes that it does not cover additional installation materials, such as clips and wires, which contractors must include in their bids prior to contract award. Furthermore, any additional equipment that may be necessary post-award must receive prior approval from the Contracting Officer. This information is part of a larger request for proposals (RFPs) related to federal and state government contracts, demonstrating clear specifications for procurement and installation in adherence to regulatory protocols. The emphasis on compatibility and approvals reflects standard practices for ensuring contract compliance within government projects.
Apr 16, 2025, 11:05 PM UTC
The document addresses questions related to the Request for Quotation (RFQ) N6134025Q0005, focusing on the replacement of badge readers and security cameras in an existing facility that is 31 years old. Key aspects include the power stability provided by Orange County, the structure of the facility, and the existing infrastructure for running cables. It confirms that no additional sensors are required beyond what is specified in the Performance Work Statement (PWS), and reiterates the contractor’s need to assess existing cabling during the site visit. Notably, it clarifies that existing conduit can be reused and that there is no requirement for Uninterruptible Power Supply (UPS) or additional conduit. The contract stipulates working hours from 6:00 AM to 6:00 PM, with the contractor permitted to invoice upon the arrival of parts. However, budget figures are not disclosed to the contractor, who must provide their own cost estimates. Overall, the document serves as a clarification guide for potential contractors involved in enhancing the facility's security infrastructure.
The Naval Air Warfare Center (NAWC) is issuing a Request for Quote (RFQ) for the upgrade of its Access Control and Badging System (NACABS). The project includes the installation of badge readers, camera replacements, and system programming to accommodate updated identification technologies such as Government Common Access Cards (CAC) and Personal Identity Verification (PIV) cards. The procurement process is categorized as full and open competition under NAICS code 561621. Bids must outline costs for equipment, labor, and a five-year extended warranty plan. Deliveries are expected to be completed by September 15, 2025, with all proposals due by April 30, 2025. Award criteria prioritize the lowest price technically acceptable offers from registered vendors in the System for Award Management (SAM). Vendors are encouraged to conduct site visits before submission and must include specific documentation with their quotes. The solicitation incorporates numerous federal acquisition regulations and clauses to ensure compliance, including Buy American provisions and policies against contracting with certain foreign entities, thereby promoting safety and compliance in government contracting.
The Naval Air Warfare Center is soliciting bids for the Badge Reader and Camera Upgrade (NACABS-CU) project, aiming to enhance access control systems. This Request for Quote (RFQ) N6134025Q0005 covers the procurement of government-furnished badge readers, LENEL panel reprogramming, installation of enrolment stations, and replacement of outdated internal cameras. The solicitation is open to all eligible contractors under NAICS code 561621, requiring quotes to be submitted by April 25, 2025. A firm fixed-price award will be made based on the lowest price technically acceptable (LPTA). Key deliverables include equipment, labor for installation, and a five-year warranty plan. All contracted work must be completed and accepted by September 15, 2025. Potential bidders are encouraged to conduct site visits by April 11, 2025, and must ensure registration in the System for Award Management (SAM). The document outlines specific clauses and provisions relevant to the proposal, underscoring compliance with federal regulations and promoting fair competition among bidders. This procurement reflects the government's commitment to upgrading security infrastructure efficiently while adhering to established standards for government contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Facility Badge In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. The objective is to replace an outdated key access method with a comprehensive ID badging system that enhances security through updated card readers, surveillance cameras, and independent entry access control compatible with the DoD Common Access Card (CAC). This upgrade is crucial for protecting significant DoD assets and efficiently managing authorized access, with proposals due by May 1, 2025, at 10:00 A.M. ET. Interested vendors must reference RFQ number FA481425TF050 in their submissions and ensure they are registered in the System for Award Management, with evaluations based on technical capability and pricing.
Access Control/Intrusion Detection System
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the installation of an Access Control and Intrusion Detection System (ACS/IDS) at Building 235 of Naval Support Activity Annapolis, Maryland. The procurement involves the complete furnishing, outfitting, and installation of a Lenel-based security system, which is critical for enhancing building security and ensuring compliance with existing security protocols. This acquisition is particularly important as it addresses vulnerabilities in the current system and maintains compatibility with the Navy's existing infrastructure. Interested vendors must submit their proposals by April 18, 2025, with inquiries due by April 11, 2025. For further information, potential bidders can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
AECS, IDS, and Door Installation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
DIGITAL SIGNAGE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a stand-alone on-premises digital signage solution. This procurement includes the supply, installation, and maintenance of digital signage systems, with a firm-fixed price arrangement for various service categories such as equipment installation and ongoing support. The project is critical for enhancing communication and information dissemination within the facility, and all materials must comply with the Trade Agreements Act (TAA). Interested vendors must submit their quotes by April 21, 2025, and are encouraged to attend a site visit on April 9, 2025, to better understand the requirements. For further inquiries, vendors can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.
Patient Security System
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for the installation of a Patient Security System (PSS) at Naval Hospital Jacksonville, Florida. The objective is to replace the existing PSS with a new system designed to prevent infant abduction, which includes robust monitoring features, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. This procurement is critical for enhancing safety measures within healthcare facilities, ensuring secure access to sensitive areas, and maintaining patient care environments. Interested vendors must submit their quotations by 10:00 AM Eastern Time on April 28, 2025, and can direct inquiries to Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.
DORMITORY CCTV
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide and install a comprehensive Axis CCTV system for three dormitories and associated parking lots at Holloman Air Force Base (AFB) in New Mexico. The procurement aims to enhance security through a standardized video surveillance and Digital Video Recording (DVR) system, ensuring full coverage of common areas and compliance with National Defense Authorization Act (NDAA) standards. This initiative is critical for maintaining operational security and minimizing training discrepancies within military contexts. Interested small businesses must submit their quotes by May 5, 2025, and are encouraged to attend a site visit scheduled for April 28, 2025. For further inquiries, vendors can contact SrA Jhayde Hyde at jhayde.hyde@us.af.mil or Johnnie Walker at johnnie.walker.2@us.af.mil.
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Access Control System (ACS) at Eglin Air Force Base in Florida. The contract requires comprehensive maintenance services, including 24/7 technical support, hardware replacements at no additional cost, and regular software updates to ensure the security systems operate effectively across 30 secure facilities. This procurement is critical for maintaining the functionality of security systems that manage classified information, with a proposal submission deadline set for April 23, 2025, at 8 AM local time. Interested vendors should direct inquiries to A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil for further details.
J--Security System Maintenance
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
INFANT SECURITY SYSTEM
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Eglin AFB, Florida, is seeking quotes for a TURNKEY Infant Security System under solicitation number FM2823-25-Q-6001. This procurement aims to enhance safety measures for newborns by implementing a comprehensive system that includes real-time location tracking, automated lockdown capabilities, and extensive monitoring, alongside installation services and clinical education. The selected system must comply with rigorous security standards and integrate seamlessly with existing hospital protocols, ensuring reliability and uninterrupted operation. Interested small businesses must submit their quotes by April 28, 2025, and are encouraged to attend a site visit on April 22, 2025, to better understand the installation requirements. For further inquiries, contact Wilma “Kat” Snider at wilma.snider@us.af.mil or Jeremy Rennahan at jeremy.rennahan.1@us.af.mil.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including RF shielding, reconfiguration of spaces, and establishing secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors must hold specific indefinite-delivery contracts to submit proposals by May 5, 2025, and are required to attend a mandatory site visit on April 9, 2025. For further inquiries, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.