The document outlines the Statement of Work (SOW) for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS) at Building 1077, Arnold Air Force Base, TN. The project aims to enhance physical security in compliance with various military security directives. It encompasses the design, installation, testing, and integration of security systems, including specific equipment requirements like IDS access panels, motion sensors, and ACS technologies that use ID cards and personal identification numbers.
The contractor is responsible for system management, equipment procurement, and compliance with Underwriters Laboratories standards. Testing phases require government oversight, with a focus on verifying system functionality and minimizing false alarms. Quality assurance must meet manufacturer requirements, and equipment must be UL-listed and compatible. A minimum 12-month warranty on parts and labor is required post-installation. All contractor personnel must be U.S. citizens and undergo background checks.
This SOW serves as a blueprint guiding contractors in fulfilling security enhancements at the facility, aligning with federal RFP standards while ensuring the protection of classified materials.
The Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee, is issuing a Sources Sought Notice to identify businesses capable of upgrading the security systems in Building 1077. This project requires installation of an Intrusion Detection System (IDS) and Access Control System (ACS), which must integrate with existing security infrastructure. Contractors need to be certified in Honeywell Vindicator technology and comply with specific security management standards. The installation includes systems for access panels, door security, sensors, and comprehensive testing, with a 12-month performance period anticipated.
Interested contractors are invited to submit capability statements that demonstrate their qualifications, relevant experience, and proof of certifications. Submissions must also detail the company's size classification under NAICS code 238210, and provide information on available procurement contract vehicles. The feedback and responses will inform the government's procurement strategy, potentially leading to direct or competitive acquisition methods. The deadline for responses is April 29, 2025. The notice emphasizes that it is for informational purposes only and does not constitute a solicitation for a contract.