Vindicator Badging System
ID: FA286024Q4036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    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.

    Point(s) of Contact
    TSgt Andrea Begens
    andrea.begens@us.af.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the procurement and installation of a Vindicator Badge Management System at the SCIF located at Joint Base Andrews, MD. The project focuses on integrating a new Access Control System (ACS) with existing security infrastructure while adhering to government standards outlined by GSA's FIPS 201 Evaluation Program. The installation period spans from September 30, 2024, to September 29, 2025, including necessary training sessions for personnel once the system is operational. The contractor is responsible for testing, corrective maintenance, and ensuring compliance with government security policies. The contract includes performance expectations, detailing rapid response protocols for system failures and specifying non-allowable items on base, including weapons and illegal substances. The contractor must also maintain records and develop a safety plan for operations, ensuring a compliant and secure work environment. No government property or personnel will be provided for the execution of the contract. This PWS reflects the federal commitment to enhance security measures through modern systems while maintaining strict compliance with local and federal regulations.
    The document outlines the specifications and requirements for a Secure Compartmented Information Facility (SCIF) at MDT Ramp Up Area 6. The design includes designated workstations for a Badge Manager and ACS Admin, with flexibility in their locations based on available space. Key dimensions specify the layout of the SCIF, emphasizing the need for integrated systems such as Badge Management System (BMS) and Access Control System (ACS). The document serves as a preliminary guideline for contractors responding to a federal request for proposal (RFP), highlighting essential infrastructure and layout considerations necessary for compliance with security standards. Overall, it focuses on the critical infrastructure needs for maintaining operational security within the facility.
    The document serves as the Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits mandated for federal contracts, establishing that contractors must pay covered workers a minimum wage of at least $17.20 per hour under Executive Order 14026 for contracts initiated or renewed after January 30, 2022, or $12.90 under Executive Order 13658 for contracts awarded earlier. Detailed wage rates for various occupations are provided, showcasing rates for administrative, technical, maintenance, and healthcare professions, along with fringe benefits like health insurance and paid leave. The document includes instructions for classifying additional job roles that may not be listed, involving a conformance process to ensure fair wage determination. Importantly, it highlights compliance requirements and exclusions applicable to specific contracts and states, emphasizing the government’s commitment to ensuring fair compensation for labor under federal contracts, which is crucial for RFPs and grants management. This comprehensive wage determination is essential for contractors to adhere to labor standards, enhancing worker protections and aligning with federal employment policies.
    The document appears to be part of a government file related to personal identification, likely for individuals involved in federal grants or RFPs. It includes fields for basic personal information such as last name, first name, middle initial, Social Security Number (SSN), date of birth (DOB), and pertinent dates for a particular assignment (start and end dates). Additionally, it lists details regarding the destination, state or driver's license number, state registration, and the company or organization affiliated with the individual. This structure suggests that the file is prepared for verification and processing of individuals' eligibility or participation in government contracts, grants, or proposals. It aims to gather critical identification details necessary for compliance with federal or state regulations in managing RFP submissions and associated grant activities. The form demonstrates a systematic approach to maintain proper records of individuals or entities involved in these governmental processes, ensuring accountability and streamlined operational procedures.
    The document outlines a Single Source Justification for the procurement of a Vindicator Badge Manager System for the 89th Communications Squadron at Joint Base Andrews, MD. The system must integrate with the existing Vindicator Intrusion Defense System to enhance access control and security, necessitating the purchase of patented Vindicator equipment to ensure compatibility. Market research identified multiple Vindicator-certified vendors capable of supplying and installing the required systems, which will be competed under a small business set-aside on SAM.gov to foster fair competition. Future acquisitions will only engage vendors whose products meet stringent FIPS 201 security requirements, ensuring adherence to government standards. The contracting officer determined that only a single source was reasonably available based on the defined circumstances, reinforcing the need for compliance with established procurement regulations.
    The Department of the Air Force is soliciting quotes for the installation of a Vindicator Badge Manager System at Joint Base Andrews, MD. The requirement encompasses an Access Control System that integrates with existing security infrastructure, specifically designed for installation within a Sensitive Compartmented Information Facility (SCIF). The acquisition is exclusively for small, disadvantaged businesses, and the associated NAICS code is 561621 with a size standard of $25 million. Quotations must be submitted by 12 September 2024, at 12:00 PM EDT, and require attendance at a mandatory site visit on 5 September 2024. Proposals will be evaluated on price and technical acceptability based on compliance with the Performance Work Statement. Contractors must adhere to several federal acquisition regulations and provide technical documentation to demonstrate their capabilities. The scope includes the complete installation of specified physical access control equipment within a specified timeframe, with performance expected within 365 days of contract award. Additional materials and clauses related to the contract ensure compliance with federal policies on labor standards and subcontracting practices. The document outlines the process for quoting and provides critical points of contact for inquiries and submission. This solicitation reflects the government's ongoing efforts to enhance security and access management at military installations.
    Lifecycle
    Title
    Type
    Vindicator Badging System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.