50 SFS Vindicator Badge Manager and Install, AMENDMENT 1
ID: FA255024Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

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

    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking proposals for the installation of a Vindicator Badge Manager System to enhance access control capabilities. The project requires the provision of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which must be compatible with the existing Honeywell Vindicator system, to manage Discrete Control Authorizations (DCAs) for Restricted Area Badges (RAB). This initiative is critical for maintaining security protocols and compliance with military directives, ensuring that only authorized personnel can manage access to sensitive areas. Quotes are due by September 25, 2024, at 10 AM MT, and interested vendors should contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil for further details.

    Files
    Title
    Posted
    The 50th Security Forces Squadron at Schriever Space Force Base requires a Badge Manager System to manage access controls for their units. Currently, the 50 SFS utilizes the Vindicator Badge Manager but seeks to upgrade their system to streamline granting access based on discrete control authorizations. The system should allow unit security managers to manage access while adhering to strict security protocols, including the use of Information Assurance-enabled products certified by the National Information Assurance Partnership. Key requirements include providing hardware/software with compatibility to existing systems, conducting initial programming, and administering training for security personnel. The contractor is responsible for minimizing disruptions to base operations and following safety regulations. Additionally, all personnel must meet security criteria to access restricted areas, with a focus on maintaining compliance with military directives. The project emphasizes the contractor's obligation to ensure high-quality service with specified warranties and detailed reporting after system implementation. This initiative reflects the federal government’s commitment to enhancing security infrastructure while maintaining operational integrity at Schriever SFB.
    The document outlines a solicitation for a contract aimed at acquiring commercial products and services specifically designed for women-owned small businesses (WOSBs). It pertains to the installation of access control systems, titled "50 SFS Vindicator Badge Manager Install," at Schriever Space Force Base. The project involves procuring access control systems that enable security managers to manage Discrete Control Authorizations (DCAs) effectively. The request follows the guidelines of the Federal Acquisition Regulation (FAR) and is structured as a Request For Quotation (RFQ), set aside for small business participation under NAICS code 561621, with a size standard of $25M. The contractor is required to provide all necessary hardware and software, installation support, and training, ensuring adherence to USAF and DOD security compliance standards. Deliverables include a one-year warranty, regular reporting on project progress, and a commitment to provide detailed specifications. This solicitation exemplifies the government's efforts to support small business participation in federal contracting and underscores the importance of meeting stringent security requirements in federal operations.
    The document is an amendment to a solicitation issued by the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, modifying a Request for Quotation (RFQ) process for specific security system hardware and software. The amendment updates the due date for quotes to September 25, 2024, provides technical specifications for required equipment, and emphasizes the need for compatibility with the existing Honeywell Vindicator system. Vendors are required to submit comprehensive proposals that include a breakdown of costs for equipment, labor, and travel. The RFQ is set aside for small businesses, with a specific NAICS code of 561621 for Security Systems Services. Instructions for submitting questions and attending a mandatory site visit are detailed. Additionally, it outlines the qualifications vendors must have, such as an active System for Award Management (SAM) account for eligibility. This document exemplifies the federal procurement process, emphasizing compliance with regulations to ensure transparent and fair practices in acquiring goods and services for government operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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 various Vindicator Security Systems at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves multiple Contract Line Item Numbers (CLINs) for the installation and upgrade of security systems, including an Access Control System and Intrusion Detection Systems, all of which must be compatible with Honeywell Vindicator Badge Manager 3 and Windows 10. This initiative is crucial for enhancing security measures at the base, ensuring compliance with military standards and regulations. Interested contractors should contact Della Fales at della.fales.1@us.af.mil or 520-288-1922, and are encouraged to attend a site visit on September 13, 2024, with quotes due shortly thereafter.
    Bldg. 673 Access Control
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to install an electronic access control system at Building 673, located at Patrick Space Force Base in Florida. The project aims to enhance security by implementing a system that monitors access through the building's entrances, utilizing PIN codes and CAC cards for identification and tracking, while ensuring the system operates independently without alarm functions. Interested vendors must submit their quotes by September 18, 2024, and all inquiries should be directed to the contracting team by September 16, 2024. The procurement is set aside for small businesses, with a size standard of $25 million under NAICS code 561621, and emphasizes compliance with federal regulations and a firm 60-day price hold after submission.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 1)
    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 entails the design, purchase, installation, replacement, and testing of a new PL4 AMAG Access Control System (ACS), replacing 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 exclusively set aside 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.
    CCTV for bldg. 1471 and bldg. 1840 Peterson SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a new Closed Circuit Television (CCTV) system at buildings 1471 and 1840 on Peterson Space Force Base in Colorado. The project involves removing outdated CCTV equipment and installing a modern system that enhances security capabilities while ensuring compliance with federal and state regulations, including environmental requirements. This initiative is crucial for improving security coverage to support mission objectives and safeguarding government property. Interested small businesses must submit their quotations by September 20, 2024, including a cover letter, technical approach, and pricing information, with the contract expected to be awarded based on the lowest price technically acceptable criteria. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or Ralph E. Mayer at ralph.mayer@spaceforce.mil.
    Hot Aisle Containment with Server Rack
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide and install a Hot Aisle Containment (HAC) system at Schriever Space Force Base in Colorado. The project involves the purchase, delivery, and installation of sixteen seismic compliant IT cabinet racks configured in two HAC setups, along with various components such as temperature sensors, biometric locks, and thermal curtains to enhance cooling efficiency and operational safety. This initiative is critical for optimizing data center performance and energy efficiency, aligning with industry standards for data center infrastructure. Interested small businesses must submit their firm fixed price quotes by September 20, 2024, and can direct inquiries to Pamela S. Gusta at pamela.gusta.1@spaceforce.mil or TSgt Trenton Beavers at trenton.beavers@spaceforce.mil.
    Schriever SFB Road Shark Barrier
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the procurement of a Brand Name Modified Vehicle Control Kit for a RoadShark Surface Mount Electric (SME) Spike Barrier System. This acquisition aims to enhance security by establishing checkpoints and managing traffic flow, particularly during heightened Force Protection Conditions, and is categorized under a Firm Fixed Price contract. The procurement is a total small business set-aside, with an estimated delivery period of 60 days and a one-year warranty included. Interested parties should direct inquiries to Linda A. Cummings at linda.cummings@spaceforce.mil or Jac M Nichols at jac.nichols.1@spaceforce.mil, with all questions due by September 17, 2024, at 2:00 PM MT.
    IDS System for Lackland AFB 149 FW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide and install an Intrusion Detection System (IDS) and access control for building 937B at the 149th Fighter Wing, located at Joint Base San Antonio-Lackland, Texas. The project involves the installation of a Honeywell Vindicator V5 IDS, which includes the installation and testing of 6,000 feet of single-mode fiber optic cable, ensuring compliance with ICD705 regulations for classified storage. This system is crucial for securing classified F-16 simulators and enhancing the facility's operational readiness, with the work to be completed within a two-week timeframe under a Firm Fixed Price contract. Interested contractors can contact Capt Derek Guedes at derek.guedes.3@us.af.mil or by phone at 210-612-0153 for further details.
    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 at Joint Base San Antonio – Fort Sam Houston. The project involves the installation and integration of advanced security systems, including replacement locking mechanisms, fob access systems, and upgraded camera surveillance in dormitory Building 1469, ensuring compliance with federal, state, and local codes. This initiative is crucial for enhancing the safety and security of dormitory facilities, with a total small business set-aside under NAICS code 561621. Quotes are due by September 20, 2024, and interested bidders are encouraged to attend a non-mandatory site visit on September 13, 2024, with registration required by September 10. For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to replace the outdated weapons vault alarm system with a new IDS, which is critical for ensuring security and compliance at a hazardous facility that requires constant monitoring to prevent unauthorized access. This opportunity is set aside for small businesses, with a total estimated contract value to be determined based on quotes received, and interested vendors must submit their proposals by September 19, 2024, following a site visit scheduled for September 13, 2024. For further inquiries, potential bidders can contact Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.