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.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 1
    Active
    Dept Of Defense
    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.
    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.
    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.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    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.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, specifically for the 128th Aviation Brigade. The contractor will be responsible for planning, procuring, and installing the security alarm systems in designated barracks, ensuring compliance with all applicable construction codes and federal regulations. This initiative is crucial for enhancing the security infrastructure of military facilities, thereby safeguarding personnel and property during training activities. Interested small businesses must submit their quotes by September 18, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    7J--Harpers Ferry Security System/Door Badging System
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the upgrade of the Harpers Ferry Security System and Door Badging System. The objective is to replace outdated physical security access control systems at the Harpers Ferry Center and its Willow Springs facility with a modern, comprehensive solution that meets federal standards, including encrypted communications and compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing security measures at the park, ensuring the protection of natural and cultural heritage. Interested contractors must submit their proposals by September 18, 2024, and are encouraged to contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
    Access Control Security Door
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide maintenance and repair services for an Access Control Security System at the Naval Medical Readiness and Training Center in San Diego, California. The procurement includes a base year of performance starting September 15, 2024, followed by four optional years, focusing on preventive maintenance and emergency repairs to ensure the reliable operation of critical security infrastructure. This Total Small Business Set-Aside opportunity emphasizes the importance of technical reliability and operational efficiency in healthcare settings, with a requirement for contractors to provide 24/7 technical support and adhere to industry standards. Quotations are due by September 17, 2024, and interested parties must register in the System for Award Management (SAM) and comply with specific security protocols. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    System Security Upgrade/Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking a contractor for a System Security Upgrade/Replacement project at Hill Air Force Base in Ogden, Utah. The objective is to replace outdated analog and digital cameras with modern video surveillance systems that meet Department of Defense standards, including enhanced manual control for Point, Tilt, and Zoom (PTZ) cameras, as well as the installation of new Network Video Recorders (NVR). This procurement is critical for ensuring robust security surveillance capabilities at the facility. Interested parties, particularly those certified under the SBA Women-Owned Small Business (WOSB) Program, must submit any questions in writing to Eric Mead at eric.L.mead2.civ@mail.mil by September 13, 2024, at 10 AM CST, as the government will not address inquiries submitted after this deadline.