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
    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.
    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.
    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
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    Photography, Photocopy & Microfilm Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for photography, photocopy, and microfilm equipment. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    63--Building Access Service Agreement
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    Circuit Card Assembly (Circuit Card Upgrade, Gun Control Unit)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Circuit Card Assemblies, specifically identified by NSN 5998-01-706-4156 and Manufacturer Part Number 13074672. The contract is a total small business set-aside, requiring offers for an initial quantity of 79 units, with an option for an additional 79 units, and includes a mandatory First Article Test and Report. These circuit card assemblies are critical components used in various defense applications, emphasizing the need for compliance with quality standards and sourcing from approved suppliers. Interested vendors must submit their bids electronically by December 30, 2025, at 2:00 PM local time, and can contact Contract Specialist Kimberly Houghton at kimberly.houghton@dla.mil or 586-230-8521 for further information.
    CIRCUIT CARD ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of circuit card assemblies. This contract requires compliance with various quality standards, including ISO 9001, and mandates government source inspection, with all freight being FOB Origin. The circuit card assemblies are critical components for military applications, ensuring the reliability and functionality of electronic systems used by the Navy. Interested vendors must submit their quotes electronically to the designated contact, Stephanie R. Perez, at stephanie.r.perez1@navy.mil, with the solicitation closing date set for August 12, 2025, and a final award anticipated by November 21, 2025.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.