AMENDMENT 02 | TRAC Fort Gregg-Adams CAC Badging System
ID: W91QF4-24-Q-0064Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense seeks offers for a Women-Owned Small Business (WOSB) to install an advanced CAC badging system at Fort Gregg-Adams in Virginia. The project involves enhancing building access control with a dual CAC swipe and security code mechanism. Respondents should allow 60 days for installation and 120 days for the entire project, including training. The contract, closing on 15 August 2024, offers a one-year warranty and up to four-year extensions, emphasizing security and compliance with military protocols. Contact Jordan Shockley or Brandi Thornton for more information.

    Files
    Title
    Posted
    The Research and Analysis Center seeks upgrades and maintenance for its secure area access system at Fort Gregg-Adams, Virginia. The goal is to implement a dual CAC swipe and security code entry system. The project requires the removal of existing infrastructure and the installation of a new Access Control System, including hardware and software. This work must be completed within 60 days of the contract award. Additionally, the chosen contractor will provide five years of maintenance and on-call repair support, with an option for four further years. The government emphasizes compatibility, firmware updates, and timely training of government personnel in system use and maintenance. The entire project, including installation, programming, and training, must be finished within 120 days of the award.
    The government seeks a commercial vendor to supply, install, and provide a one-year warranty for a CAC badging system for a military facility. The base order includes a control panel, software licenses, and related materials, with options for annual maintenance plans. Offerors must submit quotes and technical proposals valid for 90 days via email. The contract, if awarded, will include provisions for labor rates, subcontracting restrictions, and accelerated payments to small subcontractors, with a potential six-month extension. The solicitation incorporates numerous FAR clauses, mandating compliance with labor laws, security protocols, and procurement regulations. Offerors should carefully review the file for specific requirements and submission instructions.
    The government agency seeks to amend a solicitation for an access control system with enhanced salient characteristics. The amendment extends the response deadline to August 14th, adds a site visit in July, and modifies the salient characteristics to include an alarm for open doors. The access control system includes a keypads/prox combo reader, control panel, and software. The agency emphasizes FIPS and FICAM compliance. The contractor will also provide installation, configuration, and preventative maintenance for one year, with on-call support and optional extensions. This amendment doesn't alter the majority of the original contract's terms and conditions. Offerors must acknowledge the amendment's receipt and any changes to their offers by the extended deadline.
    The government seeks a contractor to install an access control system for a secure building, including keypad readers, motion sensors, and software. The initial contract runs for one year with four optional one-year extensions, encompassing supply, installation, and warranty provisions. The salient feature is a timed alarm for open doors, with maintenance and on-call support also included. Inspection and acceptance of the supplies/services are destination-based, while delivery is scheduled for August 15, 2024, and potential extensions run through August 2029. Offerors must comply with numerous applicable clauses, encompassing FAR and DFARS requirements, and submit their offers by August 14, 2024, through specified channels. This contract emphasizes compliance with security protocols, force protection measures, and personal identity verification for contractor personnel accessing military installations.
    This file details an amendment to a government solicitation or contract, extending the response deadline from 1pm on August 14th, 2024 to 3pm on August 15th, 2024. All other terms and conditions remain unchanged. The amendment specifies methods of acknowledging receipt, and cautions that failure to acknowledge the amendment may result in rejection of the offer. It also permits contractors to modify existing offers, provided these modifications are received before the new deadline. This information was conveyed using the Standard Form 30 (SF 30), which is reserved for modifications and amendments to contracts or solicitations.
    The government seeks a contractor to install a CAC badging system for building access control, including software, hardware, and wiring, with a one-year warranty. The project involves a keypad/prox combo reader, control panel, and various other components. The solicitation closes on August 15, 2024, with an expected contract duration of up to four years, offering potential extensions. Site visits and inspections are required, and contractors must comply with security protocols and Force Protection measures on the military installation. Offerors must submit representations and certifications, including FAR clauses, and provide pricing for the system and annual maintenance plans. The contract incorporates provisions for electronic invoicing and payment through the Wide Area WorkFlow system.
    \begin{table}[htbp!]  \centering   \begin{tabular}{ll}     \toprule     \textbf{Product/Service} & \textbf{Quantity} \\     \midrule     Office Supplies & 50 units \\     Computer Equipment & 40 units \\     Software Licenses & 100 licenses \\     IT Services & 3 months \\     \bottomrule   \end{tabular}  \caption{Procurement Requirements}  \label{tab:proc_req} \end{table} The government agency seeks to procure a range of products and services for its upcoming fiscal year. The focus is on updating office infrastructure and IT systems. The requirement includes 50 units of office supplies, 40 units of computer equipment, 100 software licenses, and IT services for a period of three months. Ensure a concise summary, highlighting the key products and services sought. Mention any specific quantities or timeframes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Vindicator Badging System
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the installation of a Vindicator Badge Manager System at Joint Base Andrews, Maryland. This procurement aims to enhance access control and security by integrating a new Access Control System with existing infrastructure, specifically within a Sensitive Compartmented Information Facility (SCIF). The project is critical for maintaining operational security and compliance with federal standards, particularly GSA's FIPS 201 Evaluation Program. Interested small, disadvantaged businesses must submit their quotations by September 12, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Yaneris Dolce at yaneris.dolce@us.af.mil or TSgt Andrea Begens at andrea.begens@us.af.mil.
    CONSTRUCTION - Repair Physical Access Control System - Multi-Facility
    Active
    Dept Of Defense
    The U.S. Army Contracting Command - New Jersey seeks small business contractors for a 100% Small Business Set-Aside procurement to upgrade and repair physical access control systems at multiple facilities within the 99th Readiness Division's A02 Region. The requirement involves enhancing facility security by improving the Physical Access Control System (PACS) and addressing AiPhone installations and repairs. Interested parties should carefully review the posted solicitation, with all questions due by August 22, 2024, and note the requirement for site visit coordination. The $2.7M project has a 240-calendar day completion deadline. Contact Shannon Harvey for more information.
    New Key Access Security System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS) at MCAS Miramar, California, is seeking proposals for the installation of a new keycard access control system at Building 7208. This procurement aims to replace a non-functional system that has disrupted operations, thereby enhancing security and operational effectiveness for staff and management. The solicitation, identified as N63285-24-T-0018, requires interested small businesses to submit comprehensive quotes by September 11, 2024, following a site visit on September 4, 2024. For further inquiries, contractors can contact Colleen Powers at colleen.powers@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.
    Bldg. 673 Access Control
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of an electronic access control system at Building 673, located at Patrick Space Force Base in Florida. The project involves purchasing and installing a standalone system that will monitor access at the primary and three secondary entrances, featuring functionalities such as electronic identification, access logging, and user management for up to 100 users. This procurement is critical for enhancing security at a military facility while ensuring operational readiness, with a total small business set-aside under FAR 19.5. Interested vendors must submit their quotes by September 9, 2024, and are encouraged to contact Christopher Petrosky or Heather Hanks for further details regarding the solicitation and requirements.
    355 SFS - Flightline Access Entry Control System
    Active
    Dept Of Defense
    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.
    WADS Security CCTV Repair and Improvement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the repair and improvement of the Closed-Circuit Television (CCTV) system at the Western Area Defense Sector building located at Joint Base Lewis McChord, Washington. The project involves replacing outdated CCTV components, including cameras and workstations, as well as installing new cabling and server/storage systems to enhance security capabilities. This initiative is critical for maintaining operational security and ensuring compliance with established surveillance standards within military facilities. Interested small businesses must submit their proposals by September 9, 2024, and are encouraged to attend a site visit on August 20, 2024, to better understand the project requirements. For inquiries, contact the 194th Contracting Office at 194.wg.fal.msc.contracting@us.af.mil or reach out to MSgt Ryan Dugan at ryan.dugan.3@us.af.mil or 253-512-2174.
    1 SOSS Access Control System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair and upgrade services for the Access Control System at Hurlburt Field, Florida. The contractor will be responsible for managing all tools, equipment, and labor necessary for the installation, including software and hardware upgrades, warranty provisions, and compliance with safety standards. This project is critical for enhancing security at the facility and ensuring the Access Control System operates effectively. Interested parties must submit their offers by September 10, 2024, and direct any inquiries to Peyton Cole or Dorian Mija via the provided contact information.
    50 SFS Vindicator Badge Manager and Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron at Schriever Space Force Base, is seeking qualified vendors to provide and install a Vindicator Badge Manager System to enhance access control capabilities. The procurement involves supplying 31 Vindicator Command Centers (VCC)/PC Smart Paks, which must be compatible with the existing Vindicator 5 system, and enabling security managers to manage Discrete Control Authorizations (DCAs) while adhering to stringent security protocols. This initiative is crucial for maintaining operational integrity and security compliance within military operations, ensuring that only authorized personnel can access restricted areas. Interested vendors, particularly small businesses, are encouraged to contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil for further details, with the project set aside for small business participation under NAICS code 561621.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.