Sources Sought - Automated Entry Control System (AECS)
ID: FA487724QA502Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the 355th Security Forces Squadron at Davis-Monthan Air Force Base, is seeking qualified small businesses to provide and install Automated Entry Control Systems (AECS) at three designated gates. The procurement includes the installation of access card reader systems, network switches, and infrared video cameras, all designed to enhance security operations at the base while ensuring compatibility with existing systems. This project is critical for maintaining secure access to military facilities and is set aside exclusively for small businesses under the SBA guidelines, with a total estimated contract value not specified. Interested vendors must submit their quotes via email by September 11, 2024, and can direct inquiries to Gavin Corcoran at gavin.corcoran.1@us.af.mil or Adam Lynn at adam.lynn@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines the engineering, installation, and operational setup of Automated Entry Control Systems (AECS) at Gates F-19, F-20, and F-33 of Davis-Monthan AFB, Arizona. The contractor is responsible for providing hardware, software, licensing, and training, ensuring that AECS components comply with military standards, especially in information assurance and integration with existing security systems. Key tasks include installing three AECS keypad readers and associated equipment, executing trenching and cabling, and ensuring systems facilitate secure entry while integrating with current security operations. The contractor must also manage equipment logistics and cleaning up the worksite. Training for personnel is a critical requirement, ensuring users can operate the systems effectively. The contractor is committed to maintaining system integrity through warranty services, routine patching, and comprehensive as-built documentation. Security protocols, including safeguarding Personally Identifiable Information (PII) and ensuring employee compliance with installation rules, are emphasized throughout the project. This document serves as a foundation for a government RFP, aiming to enhance base security through modernized access control systems while adhering to stringent operational and safety standards.
    The document outlines a Sole Source Justification for procuring Honeywell Vindicator Technologies' Vindicator Badge Manager 3 (VBM3) and Access Control Systems (ACS) V5 at Davis-Monthan Air Force Base. Due to the unique compatibility requirements of the existing Intrusion Detection Systems (IDS), the Air Force is limited to using Vindicator products, which necessitates the justification for limited competition under DAFFARS guidelines. An RFI on SAM.gov indicated that six small businesses expressed capability to provide the needed brand items, suggesting potential for competitive pricing. The procurement is recommended as a Total Small Business set-aside, highlighting the responsiveness of the market, while emphasizing that any changes must adhere to proprietary technology constraints. The analysis confirms expectations for fair and reasonable costs based on positive vendor engagement. Overall, the document illustrates a structured approach to fulfilling specific agency needs while ensuring compliance with federal acquisition procedures.
    The Performance Work Statement (PWS) outlines the requirements for the provision, installation, and operationalization of three Automated Entry Control Systems (AECS) and associated equipment at Davis-Monthan AFB, Arizona. The contractor must install AECS capable of level III security, integrate three Infrared Video Image Control and Display System (VICADS) cameras, and connect all systems to existing networks. Key responsibilities include ensuring interoperability with existing security systems, conducting training for personnel, and managing the logistics of equipment delivery and installation. The contractor also needs to comply with information assurance standards, provide documentation for system testing, and ensure ongoing support through warranty services. Additionally, the PWS emphasizes strict adherence to security protocols for contractor personnel, including safety regulations, environmental compliance, and management of Personally Identifiable Information (PII). The contractor's operations must align with U.S. Department of Defense guidelines while maintaining clean and safe work environments. Overall, this initiative aims to enhance security measures at the airbase while ensuring compliance with military standards and local regulations.
    The document outlines the solicitation FA487724QA502, detailing clauses incorporated by reference, relevant to federal contracts and procurement processes. It encompasses a comprehensive list of clauses including compensation requirements for former Department of Defense (DoD) officials, anti-terrorism training for contractors, buy American requirements, and specifics regarding subcontracting with firms owned by state sponsors of terrorism. The file also includes provisions related to item unique identification, electronic submission of payment requests, and annual representations and certifications needed from offerors. Key sections address compliance with anti-corruption measures, transparency in telecommunications, and safeguarding covered defense information. The overarching goal is to ensure responsible and compliant procurement practices while facilitating oversight and proper reporting throughout the contract lifecycle. This solicitation exhibits the government's commitment to transparency, security, and support for U.S. businesses, especially through adherence to regulations promoting domestic production and ethical conduct.
    The document outlines a combined synopsis/solicitation (RFQ FA4877-24-QA502) for a Flightline Access Control System at Davis-Monthan Air Force Base, Arizona. It invites quotes for commercial products and services, specifically targeting Total Small Businesses under the North American Industry Classification System Code 561621, with a size standard of $25 million. The government seeks a firm-fixed price contract for an Access Entry Control System and its installation, emphasizing that quotes should include delivery and installation lead times. An important site visit is scheduled for August 27, 2024, with RSVP required, and all quotes must be submitted by September 3, 2024. The evaluation will focus on the lowest priced offers that meet technical acceptability based on a defined Performance Work Statement. The document emphasizes compliance with specific federal regulations and the right to make multiple or no awards, ensuring the best value for the government. Contact information for inquiries and a list of attachments, including the Performance Work Statement, is also provided. The process ensures transparency and the opportunity for interested parties to seek resolution through an appointed ombudsman if necessary.
    The solicitation RFQ FA4877-24-QA502 seeks quotations for a Flightline Access Control System at Davis-Monthan Air Force Base, structured according to FAR guidelines. It is intended specifically for small businesses, stipulating requirements through the North American Industry Classification System Code 561621. The contract encompasses the installation of access entry control systems at three specific gates. Quotes must detail delivery and installation timelines, with selection based on the lowest price while ensuring technical acceptability as per the provided Performance Work Statement. Key dates include a site visit request by September 6, 2024, questions submission by September 9, 2024, and quotes due on September 11, 2024. The government retains the option to make multiple or no awards. An ombudsman is established to facilitate issue resolution between offerors and contracting officers, but issues should be initially directed at the contracting officer. This solicitation highlights the government’s efforts to procure services efficiently within established regulations, supporting small business participation in federal contracting opportunities.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically reflecting wage rates applicable to contracts awarded on or after January 30, 2022, in Pima County, Arizona. It outlines the minimum wage requirements based on recent Executive Orders, primarily Executive Order 14026, mandating a minimum hourly wage of $17.20. For contracts awarded between January 1, 2015, and January 29, 2022, the applicable minimum wage is $12.90 per hour unless a higher rate is established. The document includes a comprehensive table detailing wage rates for various occupations, including administrative, automotive service, food preparation, healthcare, and technical occupations. Each listing contains specific rate figures for skilled positions ranging from clerks and technicians to nursing personnel and mechanics. Additionally, the document addresses essential benefits, such as health and welfare contributions, paid sick leave requirements under Executive Order 13706, and vacation and holiday pay. It emphasizes contractor obligations to provide uniforms without cost to employees, outlines conformance processes for unlisted job classifications, and details wage differentials for hazardous work. Overall, this Wage Determination serves to ensure that federal contractors comply with established wage standards and protect workers' rights while executing service contracts with the government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, through the Davis-Monthan Air Force Base, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) as part of a Total Small Business set-aside procurement. The project involves removing the existing weapons vault alarm system and installing a new system that meets specific security requirements, including two levels of intrusion detection to ensure the safety of a hazardous facility. This procurement is critical for enhancing security measures and compliance with federal regulations, with quotes due by September 19, 2024, and a site visit scheduled for September 13, 2024. Interested vendors should direct inquiries to Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@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.
    Access Control System Upgrade
    Active
    Dept Of Defense
    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.
    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.
    CCTV Camera Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the installation and configuration of network switches as part of a CCTV Camera Upgrade project at Fort Cavazos, Texas. The procurement aims to enhance network connectivity for operational CCTV cameras, facilitating remote monitoring from the Base Defense Operations Center, and includes the removal of outdated equipment and installation of new systems. This initiative is critical for improving security infrastructure at military installations, ensuring reliable surveillance capabilities. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 17, 2024, and can direct inquiries to Isadiri Estalilla at isadiri.estalilla@us.af.mil or David Delgado at david.delgado.21@us.af.mil.
    99 FSS Security Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition and installation of security cameras at Nellis Air Force Base, Nevada, under the solicitation number F3G3MH4235AC01. This procurement is designated as a Total Small Business Set-Aside and requires vendors to provide all necessary materials and services, including the installation of 35 surveillance cameras in various locations within the Warrior Fitness Center, ensuring comprehensive coverage for facility safety. Interested parties must submit their electronic quotes by 25 September 2024, at 1000 PDT, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, vendors can contact Justin Woosley at justin.woosley@us.af.mil or Agatha Keith Morrison at agatha.morrison@us.af.mil.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.