Access Control System Equipment
ID: FA813925Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8139 AFSC PZIMB SOFTWARETINKER, OK, 73145-3303, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking qualified vendors to provide a Genetec Access Control System (ACS) under Solicitation Number FA813925Q0002. The procurement includes the design, purchase, installation, and software updates for the ACS, with a focus on ensuring compatibility with existing security systems and compliance with federal regulations. This acquisition is critical for enhancing security measures at military installations and is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises in defense contracting. Quotations are due by November 6, 2024, and interested vendors must be registered in the System for Award Management (SAM) and demonstrate authorization for repairs on proprietary equipment. For further inquiries, vendors can contact Alaina Hill at alaina.hill@us.af.mil or Kyle Newcomb at kyle.newcomb@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 is a federal Contract Data Requirements List (CDRL) used within the Department of Defense to delineate data requirements associated with government contracts. The form outlines essential data items such as contract line item numbers, data item titles, authority references, and submission deadlines. It specifies the frequency of submissions, distribution statements, and responsible parties. The document emphasizes that data, like conceptual design drawings, must be provided electronically after the completion of a site visit, with specific formatting requirements. Instructions for completing the form clarify the documentation process for both government personnel and contractors, detailing price groups for data item pricing based on work complexity and necessity. This structured approach ensures proper tracking and submission of critical data related to defense contracting efforts, facilitating compliance and streamlined communication between contractors and the government. Overall, the form is integral to ensuring that necessary technical information is accurately reported and delivered in a timely manner.
    The DD Form 1423-1 is a government document known as the Contract Data Requirements List (CDRL), which outlines specific data item requirements for contracts, particularly in defense procurement. It includes several sections to be filled by the contracting office and the contractor, detailing information such as the type of data required, the delivery frequency, and the distribution of submitted data. Notably, it specifies categories for the data, including Technical Data Package (TDP), Technical Manual (TM), or other types. The document emphasizes the approval and inspection process, ensuring that data items meet government standards. Additionally, it outlines four pricing groups that define varying levels of effort in data preparation, from data not essential to the contractor’s performance to data developed as part of normal operations—which may not incur costs. The completed form should not be sent to the approving authority but instead to the designated Government Issuing Contracting Officer. This document serves as an essential tool in managing and standardizing data submission requirements in federal contracts, contributing to compliance and operational efficiency in governmental projects.
    The document is a DD Form 1423-1, known as the Contract Data Requirements List (CDRL), used within the Department of Defense (DoD) for collecting data from contractors. Its purpose is to detail the specific data items that must be submitted as part of a government contract, particularly focusing on the installation of a security system (Genetec ACS/Installation) for the 76th Software Engineering Group (76 SWEG). Key components include a summary of required data submissions, such as a list of installed items to be provided electronically within a set timeframe, as well as the distribution requirements and points of contact. The form outlines necessary fields to complete, including contract references, submission frequencies, and price estimations related to the data items. It emphasizes that the contractor must comply with various regulatory standards and provides guidance for filling out the form to ensure proper data acquisition. The document is essential for maintaining clarity and accountability in the data delivery process, reflecting compliance with federal requirements regarding defense contracts and ensuring the government acquires all necessary technical data for proper oversight.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for contract management within the Department of Defense. This document serves as a standardized form for specifying data items required for contracts, detailing key components such as the type of data (Technical Data Package, Technical Manual, or other), associated item or system, and contractor information. It includes essential fields such as the title of the data item, frequency of submission, distribution requirements, and estimated pricing grouped by effort levels. The form emphasizes the importance of electronic submission of operational adjustments based on failure plans and outlines the responsibilities of both government personnel and contractors in completing the form. By mandating specific data item requirements and their formats, the form facilitates compliance with government standards and supports effective contract execution, ultimately ensuring accountability and clarity in data collection during project management. This structured approach is vital within federal and local RFP contexts, ensuring that all stakeholders adhere to established guidelines and that the required data is readily available for review and decision-making.
    The document outlines a simplified acquisition request from the 76th Security Forces Squadron (76 SWEG) for a Genetec Access Control System (ACS). The procurement includes design, purchase, and installation of the ACS along with updates to existing software and additional security licenses. Key requirements include system design, installation compliant with guidelines, performance verification, operator training, and integration with existing security systems, all to be completed within six months post-order. The justification for using Genetec exclusively stems from its compliance with GSA's FIPS 201-2 credentials and the necessity for interoperability in secure environments. Efforts to obtain competition were noted, but the specific need for Genetec systems limits other options due to cost implications of integrating different brands. The document underscores the importance of maintaining security and operational efficiency across facilities using uniform systems.
    The document outlines a combined synopsis and solicitation for the procurement of a Genetec Access Control System (ACS) by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma, under Solicitation Number FA813925Q0002. The contract is a small business set-aside with a firm fixed price and aims to purchase the ACS along with updates to existing software and installation requirements as specified in the Performance Work Statement. Quotations must be submitted by November 6, 2024, and will be evaluated based on technical acceptability and the lowest price. Vendors must be registered in the System for Award Management (SAM) to be eligible for award and demonstrate authorization for repairs on proprietary equipment. The document includes guidelines for quotation submission, vendor obligations, insurance requirements, and delivery instructions. Special emphasis is placed on compliance with various federal acquisition regulations, safety standards, and the prohibition of certain materials and practices. In summary, this acquisition represents the government's commitment to enhancing security systems at military installations through competitive procurement directed toward small businesses, ensuring compliance with federal regulations throughout the process.
    The Performance-Based Work Statement (PWS) outlines the requirements for the purchase and installation of a Genetec Access Control System (ACS) at Tinker Air Force Base. The project entails the design, installation, performance verification, and training of a fully operational ACS. Key tasks include a pre-bid site visit for system design, installation according to manufacturer specifications, and providing training for security personnel. The contractor must ensure compatibility and functionality with existing systems, deliver necessary hardware, and update software licenses. Additionally, stringent security and safety protocols must be adhered to, including obtaining visitor passes, compliance with operational and environmental regulations, and maintaining a safe work environment. Performance verification through acceptance testing is mandatory post-installation, and a one-year warranty is required upon completion. This document serves as a guideline for contractors responding to the RFP to ensure comprehensive service delivery while upholding safety, security, and operational integrity at the military installation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Access Door Control
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking to award a sole source contract for the implementation of a new building access control system at building 676 in Dayton, Ohio. The procurement involves the installation of components such as card readers, control panels, and software, utilizing the LenelS2 OnGuard system, which complies with various security standards. This system is crucial for enhancing security measures within the facility. The contract award is anticipated for November 30, 2024, with a performance period of six months. Interested parties may submit capability statements by October 30, 2024, for consideration, although the government will determine whether to proceed with a competitive procurement based on the responses received. For further inquiries, interested vendors can contact Stephen Wenclewicz at stephen.wenclewicz.1@us.af.mil.
    Fiber Tech Solution
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of TC Communications Hardware as part of a combined synopsis/solicitation (RFQ FA460825QC001). The requirement includes specific items such as rack-mounted card cages, combo cards, analog cards, and transceivers, which are essential for telecommunications infrastructure at Barksdale Air Force Base in Louisiana. This procurement is set aside for small businesses, with a total estimated contract value contingent upon available funding, and quotes are due by 1:30 PM CDT on November 6, 2024. Interested vendors must ensure they are registered in the System for Award Management (SAM) and comply with federal acquisition regulations, with inquiries directed to SrA Isaac Demmers or Ronnie Bushue via the provided contact details.
    Bldg 229N SCIF Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotes for the replacement of a vault door at Building 229N on Robins Air Force Base in Georgia, transforming it into a Sensitive Compartmented Information Facility (SCIF) compliant with STC 50 standards. The procurement involves providing and installing a specialized door and frame casing, along with necessary security systems, while adhering to stringent safety and health protocols, including the submission of a detailed safety plan. This project is critical for ensuring secure operations within the facility, with a contract value of up to $45 million and a performance period from August 23, 2024, to December 20, 2024. Interested contractors must submit their quotations by the extended deadline of October 30, 2024, and can contact Adam Hudson or Valerie Evans for further information.
    99 CES COCESS Recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, materials, equipment, and customer service to support construction and maintenance activities for authorized government personnel, ensuring efficient inventory management and compliance with government policies. This procurement is crucial for maintaining operational readiness and infrastructure upkeep, with a total small business set-aside under NAICS code 332510. Interested parties must submit their quotes by the updated deadline of October 18, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Edwin Gutierrez at edwin.gutierrez.1@us.af.mil.
    W91CRB-25-R-Mounts
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting quotes for Advanced Combat Optical Gunsight Mounts, specifically targeting small businesses under NAICS Code 333310. The procurement requires a total of 335 units of the ACOG 4x32 Tritium model or equivalent, with vendors expected to comply with Federal Acquisition Regulation (FAR) requirements and provide detailed comparisons if proposing alternate models. This initiative underscores the importance of engaging small businesses in supplying critical military equipment while adhering to stringent regulatory standards. Quotes are due by November 8, 2024, and interested vendors must be registered in the System for Award Management (SAM); for further inquiries, contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.
    Electronic Security Systems (ESS)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Walla Walla District, is seeking sources for a contract related to Electronic Security Systems (ESS) for its Headquarters Building in Walla Walla, WA. The procurement involves comprehensive maintenance and service of Access Control Systems (ACS) and Video Surveillance Systems (VSS), requiring contractors to provide Honeywell ProWatch certified technicians and adhere to strict safety and compliance standards. This contract, classified under NAICS code 561621, is anticipated to be awarded in February 2025, with responses due by 2:00 PM on October 29, 2024. Interested firms should direct their inquiries and submissions to Contract Specialist Ruth A. Johnson at ruth.a.johnson@usace.army.mil.
    NMUSAF Public Address System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for the installation of a Public Address System at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The project aims to enhance communication across multiple buildings and outdoor areas, ensuring safety and security for approximately 1.3 million annual visitors, while integrating with existing security systems. This procurement is a 100% Small Business Set-Aside under NAICS code 334310, with a firm fixed-price contract expected to be awarded based on the lowest price technically acceptable. Interested contractors must submit their quotes electronically by November 7, 2024, at 12:00 PM EST, and are encouraged to direct any inquiries to the designated contacts, Jenna Sizemore and Shannon Scott, via their provided email addresses.
    C2 Console Sustainment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a non-personal services contract titled "C2 Console Sustainment" to maintain the Advanced Console System (ACS) at various U.S. Space Force locations. The contractor will be responsible for ensuring uninterrupted operations through corrective maintenance, remote monitoring, and technician dispatch services, addressing outages categorized as catastrophic, major, or minor, with defined response times. This contract is crucial for maintaining operational readiness and support for command post activities, with a performance period from December 1, 2024, to November 30, 2025. Interested small businesses must submit their quotations by November 12, 2024, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Stephen Carr at stephen.carr.12@spaceforce.mil for further information.
    CCTV MAINTENANCE AND SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to implement and sustain the Maintenance Business System Modernization (MABSM) for the Aircraft Maintenance Groups at the Oklahoma City Air Logistics Center (OC-ALC) and Warner Robins Air Logistics Center (WR-ALC). This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a period of 2 years and 6 months, focusing on the implementation of customized Impresa software, project management, user training, and ongoing support to ensure system accuracy and compliance with quality control measures. The selected contractor will play a critical role in enhancing maintenance practices within the Air Force, with the anticipated solicitation number being FA822425R0002 and a projected start date in November 2024. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or Jacob Molnar at jacob.molnar@us.af.mil for further inquiries.