CAC Readers and Cameras
ID: FA301625Q6153Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide services for the removal and replacement of Common Access Card (CAC) readers and the installation of surveillance cameras at Building 743, JBSA Randolph, Texas. The contractor will be responsible for all necessary supervision, labor, materials, and equipment to ensure compliance with government security standards, including the installation of HID Signo Readers and Axis surveillance cameras, with a project completion timeline of 60 days. This procurement is part of a broader initiative to enhance security infrastructure at federal facilities, emphasizing the importance of modernized access control systems. Interested small businesses must submit their quotes by August 6, 2025, and are encouraged to contact Kailah Kraus or Vivian Fisher for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document FA301625Q6153 outlines a government Request for Quote (RFQ) regarding the procurement of equipment and installation services for an access control system. The RFQ specifies two main components: CLIN 0001 for the acquisition of the equipment, either by brand name or an equivalent, and CLIN 0002 for installation services. Both components require the submission of prices and details from potential vendors, including company information, UEI, CAGE Code, contact numbers, payment terms, delivery dates, and warranty details. The total quote must remain valid for 30 days following the submission deadline. This document reflects the federal government's process for acquiring services and equipment, ensuring compliance with formal procurement standards while aiming to upgrade security infrastructure effectively.
    The document FA301625Q6153 outlines clauses and provisions relevant to federal government contracts, particularly for commercial products and services. It incorporates various Federal Acquisition Regulation (FAR) clauses and relevant government policies, such as the System for Award Management and guidelines regarding contractor integrity, including restrictions on telecommunications and surveillance equipment provided by certain foreign entities. Notable provisions focus on small business designations, compliance with environmental regulations, and conditions relating to child labor and workplace safety. The file details representation certifications that contractors must provide, emphasizing adherence to labor laws and ethical business practices. In addition, it highlights the importance of compliance with the Buy American Act and requirements concerning the sourcing of materials. Overall, the document serves as a comprehensive guide for contractors to meet regulatory and legal standards essential for securing engagements with federal agencies.
    The project scope involves the removal and replacement of outdated access control systems and the installation of surveillance cameras at Building 743, JBSA Randolph. The contractor will be responsible for providing all necessary labor, materials, and equipment, ensuring adherence to government security standards. Critical tasks include disposing of non-functioning CAC readers, installing new HID Signo Readers, ensuring compatibility with the Hirsch Model 8 system, and setting up Axis surveillance cameras with optimal coverage. The project must be completed within 60 days, with a scheduled progress plan submitted within five days of contract award. Safety, maintenance, and compliance with traffic regulations are mandated throughout the project, with daily site cleaning required. The government will provide essential utilities and emergency services, while police and fire protection will be managed by designated security forces. The contractor is obligated to correct any installation defects within 36 hours and to leave the site in a clean state post-completion. This statement of work reflects the government's commitment to enhancing security measures at the facility while ensuring clear guidelines for execution and compliance.
    The document appears to contain coded or encrypted content, rendering it unreadable for direct analysis. However, it is essential to highlight that documents related to federal government RFPs (Requests for Proposals), federal grants, and state/local RFPs typically serve to solicit bids, provide funding opportunities, or establish partnerships for various projects. These documents generally outline project objectives, eligibility criteria, submission guidelines, and evaluation processes to ensure transparency and competitiveness in public sector procurement and funding processes. In context, government RFPs and grants represent a critical means for agencies to engage with private sectors and non-profits, driving innovation, competition, and efficiency in delivering public services. As such, the absence of readable information in this document suggests it may require proper decryption or the application of procedures to make its contents accessible for stakeholders involved in government contracting or funding applications.
    The document appears to be a fragmented collection of messages related to government Requests for Proposals (RFPs) and grants, possibly accompanying background information and instructions for bidders. It contains mentions of funding opportunities, project proposals, and compliance guidelines. The text outlines processes for submitting applications and crucial elements that proposals should address, such as eligibility requirements and project scopes. The key themes include the importance of adherence to specific guidelines and deadlines, ensuring that proposals are thorough and meet all stated criteria. Emphasis is placed on the need for clear communication regarding project goals and expected outcomes, as well as the necessity of aligning with regulatory frameworks. In the context of federal and local government RFPs and grants, this document serves as a tool to inform potential applicants on procedural requirements, highlighting the significance of proper documentation and compliance in securing funding for various projects or services. The overarching goal is to draw interest from qualified entities capable of fulfilling required governmental services while ensuring compliance with regulatory expectations.
    The document outlines specifications for replacing and upgrading CAC (Common Access Card) readers at various entry points in a federal building. Key areas mentioned include the front of the building, courtyard, and auditorium. The project entails removing existing CAC readers and installing new HID readers, along with necessary cable and locking hardware. This initiative aims to improve security access controls and ensure compliance with current technology standards. The focus on secure access in critical areas highlights the government's commitment to enhancing facility security measures while maintaining operational efficiency. Overall, this RFP reflects efforts to modernize entry systems in government facilities to better protect personnel and sensitive information.
    The document outlines a proposal amendment (FA301625Q6153, Amend 002) related to security upgrades in a federal facility. The main focus is the replacement and installation of Common Access Card (CAC) readers and surveillance cameras throughout the building. Key tasks include removing outdated cameras and installing new ones in designated areas, reinforcing security measures. New equipment will consist of HID readers, necessary cabling, and locking hardware. The scope reflects a commitment to enhancing security infrastructure, indicating an organized effort to keep up with technological advancements and secure access points within the facility. This amendment serves to clarify the responsibility and expectations for upgrading the facility’s security systems as part of broader federal security initiatives.
    The solicitation FA301625Q6153 seeks quotes for the removal and replacement of CAC readers and the installation of surveillance cameras at Building 743, JBSA Randolph. This combined synopsis/solicitation is issued by the United States Air Force as a small business set-aside under NAICS 561621, with a size standard of $25 million. The contractor must provide all necessary resources, including labor and materials, and the goods must match specified brands or demonstrate equivalent capabilities. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, requiring clear documentation of pricing and technical compliance with the Statement of Work (SOW). Key requirements include working with GSA Approved Products, obtaining relevant certifications, ensuring no connection to the Air Force Network, and optimizing camera coverage per existing blueprints. Quotes are due via email by August 1, 2025, and a site visit is scheduled for July 17, 2025. The document includes multiple attachments detailing the Schedule of Supplies/Services, Clauses and Provisions, and the building layout for cameras. Offerors are instructed to adhere strictly to submission guidelines to avoid disqualification.
    The document FA301625Q6153 is a combined synopsis/solicitation issued by the United States Air Force, seeking quotes for the procurement of Commercial Access Control (CAC) readers and surveillance cameras at Building 743, JBSA Randolph. This request for quotes (RFQ) is designated for small businesses under NAICS code 561621. The solicitation outlines the requirements for contractors to provide installation services, ensuring compliance with specific standards, including utilizing products from the GSA FIPS 201 Approved Products List. Quoters must provide a technical capability narrative demonstrating how their solutions meet the specifications in the attached Statement of Work (SOW). The government will evaluate quotes based on a Lowest Price Technically Acceptable (LPTA) approach, focusing on the best price alongside technical qualifications. All quotes must be submitted by July 25, 2025, with a pre-bid site visit scheduled for July 17, 2025. Interested parties are advised to review the solicitation closely for additional instructions, provisions, and clauses applicable to the acquisition. This RFQ represents a crucial step in enhancing security measures at the facility while ensuring compliance with defense contracting standards.
    The document FA301625Q6153 Amendment 002 outlines responses to contractor inquiries regarding a government project involving the installation of surveillance cameras and access control systems. Key aspects addressed include camera placement and coverage, integration with existing systems, requirements for hardware, and installation specifications. The government emphasizes the importance of proper coverage areas rather than specific numbers of cameras, confirms that existing systems' credentials must be available for contractors, and specifies that while Streamvault SV-2000E storage is preferred, alternatives are acceptable. Other details include existing hardware provisions, retention times for recorded footage (30 days), and packing requirements for old CAC readers, which will remain with security personnel for disposal. The document establishes the need for advance notice when accessing sensitive areas, confirms a Hirsch panel requirement for the access control system, and allows for the use of multi-lens cameras. This file is relevant to federal RFPs and grants, as it illustrates the government's procurement process and contractor engagement for security system upgrades, ensuring compliance with operational standards and stakeholder needs.
    The document FA301625Q6153 Amendment 003 consists of a series of questions and answers regarding the installation of security and surveillance systems at Randolph Air Force Base. The primary focus is on the integration and specifications of Axis cameras, access control systems, and related hardware. Key inquiries relate to the number and arrangement of cameras, programming access for existing systems, required hardware, and documentation procedures for installation and disposal. Notable points include that the coverage areas of cameras are prioritized over specific counts, contractors need to have credentials for the Hirsch controller, and there is a preference for Streamvault SV-2000E storage, though alternatives are acceptable. It is also clarified that existing hardware is to be utilized when possible, with new monitors required, and that the installation must comply with FIPS 201 standards. The document outlines requirements for contractor qualifications, testing procedures, and retention periods for surveillance footage while emphasizing collaboration and coordination for access and installation scheduling. This communication is essential for ensuring clarity and compliance in fulfilling the project scope.
    Lifecycle
    Title
    Type
    CAC Readers and Cameras
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    Crossmatch Booking station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.
    6350--Additional Door Hardware for Physical Access Control System (PAC)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 16, is seeking qualified contractors to provide installation services for additional door hardware as part of the Physical Access Control (PAC) system at the Michael E. DeBakey VA Medical Center in Houston, TX. The project aims to enhance physical security by adding card access capabilities to four doors within the Domiciliary Residential and Rehabilitation Treatment Program facility, requiring contractors to supply labor, materials, equipment, and transportation for the installation of additional controllers. This Sources Sought Notice serves as market research to identify potential contractors who are authorized distributors for ACRE and certified to work on the existing DNA Fusions open options system. Interested parties must submit their responses by December 8, 2025, and direct any questions to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov by December 2, 2025.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Radar Data Distribution System (RDDS)
    Buyer not available
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    Custodial Services at TX201
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    CCTV Installation
    Buyer not available
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.