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 an Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The project aims to enhance security infrastructure by ensuring compatibility with the existing Honeywell Vindicator security system, with a focus on compliance with Technical Specifications for Sensitive Compartmented Information Facilities (ICD 705). This procurement is set aside exclusively for small businesses, with a total set-aside amount of $25 million under NAICS code 561621, and requires completion within 180 days post-award. Interested vendors must submit their quotations by September 24, 2024, and can direct inquiries to SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the installation of an Access Control System (ACS) and an 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, including 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 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.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.
    317 AW Vindicator Alarm System for Bldg. 6015
    Active
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to install a Vindicator Alarm System in Building 6015. The project involves the removal of the existing alarm system and the installation of a new Vindicator system, which is crucial for securing sensitive areas that contain classified documents and materials. This procurement is part of a broader effort to enhance security infrastructure within military facilities, ensuring compliance with Air Force regulations and maintaining operational integrity. Interested vendors must submit their quotes by September 25, 2024, at noon (CST), and can direct inquiries to Jerime W. Gorse at jerime.gorse@us.af.mil or Tyrie Tanaka at tyrie.tanaka@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.
    Bldg. 673 Access Control
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to install an electronic access control system at Building 673, Patrick Space Force Base, Florida. The project requires the contractor to provide all necessary hardware, cabling, and software to monitor and record access via PIN codes and Common Access Cards (CAC), ensuring secure entry through designated doors while accommodating up to 100 users simultaneously. This initiative is crucial for enhancing facility security and operational efficiency, with a focus on maintaining security during power failures and allowing manual access through existing door handles. Interested vendors must submit their technical quotes by September 25, 2024, and can contact Christopher Petrosky at christopher.petrosky.4@spaceforce.mil or Heather Hanks at 45cons.pkb.email@us.af.mil for further information. The contract will be awarded based on technical acceptability and price, with a firm fixed-price contract anticipated.
    Access Control System Upgrade (Amendment 0001)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses to upgrade the Access Control System (ACS) at Building 115, Moody Air Force Base, Georgia. The project entails enhancing the existing LenelS2 Access Netbox ACS, originally installed between 2012 and 2014, by installing six CAC readers and ensuring compliance with safety codes and fire regulations. This upgrade is critical for maintaining security standards and operational readiness, as it will facilitate secure access using DOD Common Access Cards (CAC) while adhering to federal safety regulations. Interested contractors must submit their proposals by September 23, 2023, with a pre-bid site visit scheduled for September 20, 2023. For further inquiries, contact Darien Savage at darien.savage@us.af.mil or Samuel D. Garfunkel at samuel.garfunkel.1@us.af.mil.
    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 project at Joint Base San Antonio - Fort Sam Houston. The procurement involves the installation and integration of advanced security systems, including electronic locking mechanisms and a comprehensive camera system, aimed at enhancing the security infrastructure of Building 1469. This initiative is critical for improving safety measures within military facilities, ensuring compliance with federal, state, and local regulations. Quotes are due by September 23, 2024, at 10:00 AM CST, and interested contractors should contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil for further details.
    1st Helicopter Sq Camera System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade of the 1st Helicopter Squadron's camera system at Joint Base Andrews, Maryland. The project entails the removal of an outdated analog camera system and the installation of 15 new cameras, along with a four-year maintenance service plan, to enhance security and operational readiness. This upgrade is critical for ensuring compliance with federal security standards and improving surveillance capabilities within the military environment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by September 23, 2024, and can contact A1C Cory Harris at cory.harris.5@us.af.mil or Jose Peregrinaflores at jose.peregrinaflores@us.af.mil for further details.
    Intrusion Detection System Installation V5, Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the installation of an Intrusion Detection System (IDS) at Tyndall Air Force Base, Florida. The project involves the design, procurement, and installation of IDS components, specifically utilizing Honeywell equipment, while ensuring compliance with security protocols and environmental standards. This initiative is crucial for enhancing the security infrastructure at the base, with the contractor responsible for system integration, testing, and providing warranty support for one year post-installation. Interested parties should contact Trivane Dennis at trivane.dennis@us.af.mil or Deborah Williams at deborah.williams.3@us.af.mil to express their interest and capabilities in fulfilling the requirements outlined in the attached Statement of Work.