Automated Entry Control System

Agency: DEPT OF DEFENSE
State: Maryland
Type of Government: Federal
FSC Category:
  • N - Installation of Equipment
NAICS Category:
  • 561621 - Security Systems Services (except Locksmiths)
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 16, 2024
Due Date: Apr 22, 2024
Solicitation No: FA286024Q4012
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Automated Entry Control System
Active
Contract Opportunity
Notice ID
FA286024Q4012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE DISTRICT OF WASHINGTON
Office
FA2860 316 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 16, 2024 02:18 pm EDT
  • Original Response Date: Apr 22, 2024 08:30 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    JB Andrews , MD 20762
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 561621. The size standard is $25.0 million.



The purpose of this procurement is to aquire services to install, maintenance and repair of a electronic security system vindicator-based badge entry combined with a pin-based reader that allows authorized personnel identified by management to enter the Andrews Regional Command Post. The install shall use equipment that works with the Restricted Area Badge (RAB) issued that is a HID product part number 1386LGGMN with a format of H10301 with a facility code of 89. All readers will also support DoD Common Access Cards and commercially available 125 kHz proximity cards.



1. Eight existing card readers with PIN capabilities will be replaced



2. Three motion sensors will be removed and replaced with three access readers.



3. Two card readers will be installed at exit entrapment areas.



4. One card reader with PIN capabilities and one exit motion sensor will be installed for entry and exit of the Crisis Action Team.



5. Install new emergency release and reconfigure an existing emergency release for entrapment doors.



6. Tag new and exisiting wires in the existing panels and remove existing panels, patching damage to wall by the removal of panels and card readers.



7. Provide one four hour session of systems training for up to four users.



Specifics are subject to change as this is a Sources Sought for informational and planning purposes only.



Reponses to this Sources Sought request should reference "Automated Entry Control System" and shall include the following information in this format:



1. Company name, address, point of contact name, phone number, fax number and email address.

2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.

3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.

4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.



Note: The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.



NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



All responses to this notice are to be submitted by 08:30 AM Eastern Standard Time, on 22 April 2024. Responses will be accepted via electronic means only to jessee.vasquez_arguera@us.af.mil or antoine.toran.1@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 16, 2024 02:18 pm EDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Status Ref# Project Close Date Days Left Action Open K24-0084-29 Property Fraud Alert

Maryland Courts

Bid Due: 5/07/2024

IFB24000300 | Vehicle Upfitting Services This Solicitation is to establish multiple contracts for

Anne Arundel County

Bid Due: 5/07/2024

Follow N063--Weapons Detection System Active Contract Opportunity Notice ID 36C24524Q0378 Related Notice Department/Ind.

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/10/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/07/2024