Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2014 FBO #4684
SPECIAL NOTICE

63 -- Automated Installation Entry (AIE) - 3

Notice Date
9/19/2014
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91QY14R0056
 
Archive Date
9/19/2015
 
Point of Contact
Tom Halverson, 407-208-5654
 
E-Mail Address
ACC-APG - Natick (SPS)
(thomas.l.halverson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Aberdeen Proving Grounds, Natick Contracting Division, in support of the Joint Program Executive Office - Chemical and Biological Defense, Joint Program Manager - Guardian Product Manager - Force Protection Systems (PdM-FPS) has a need for Increment 3 of an Automated Installation Entry (AIE) System. The objective of this acquisition is to provide Automated Installation Entry (AIE) hardware and software for approximately 33 new installations. AIE provides timely, effective and efficient threat detection necessary for Installation Commanders to assess and react in all threat environments. AIE automates access control processes for authorized and registered personnel entering an installation. AIE improves accuracy of access/denial and enables near real-time changes of authentication requirements in response to changes in force protection conditions. The AIE acquisition will enhance installation security and improve both pedestrian and vehicle throughput at Access Control Points (ACP). AIE-3 will build on AIE-2 capabilities while meeting U.S. Army AIE Standards and Specifications dated 19 November 2007. Additional capabilities will include biometric integration, extended sensor suites, enhanced automated processes and integration with the Joint Service architecture. AIE-3 will be Defense Information Assurance Risk Management Framework (DIARMF) accredited, net-ready and interoperable with legacy AIE Systems and related base defense, FP and Physical Security (PS) systems. AIE-1 and AIE-2 Installations may be retrofitted as appropriate. A Product Demonstration will be included in the evaluation of proposals. Information regarding Product Demonstration Procedures and Product Demonstration Evaluation Criteria will be released in the RFP. The AIE-3 contract will be awarded using full and open competition with small business subcontracting requirements. The Government anticipates awarding a single, Firm Fixed Price (FFP), IDIQ contract with an anticipated ceiling of $102M. The length of the contract is anticipated to be four years (a two-year base and two one-year optional ordering periods). The single award, four-year contract is necessary to ensure a standard approved system configuration is installed at approximately 33 new sites. A single Delivery Order (DO) will be awarded for each installation that includes site survey, site design, hardware and software acquisition and integration, fielding and CLS. The DO will ensure the AIE-3 systems fielded across all installations are based on one integrated, Government-approved system configuration. AIE-3 has two configurations, Fixed-Full and Wireless Handheld. The Fixed-Full is a complete system that satisfies all of the performance standards. The Wireless Handheld, a subset of the Fixed-Full, provides full functionality of authentication of registered personnel without the implementation of fixed-lane equipment at ACPs. The purpose of the two configurations is to achieve cost efficiency by equipping lower traffic-count ACPs (primarily small Installations) with the Wireless Handheld Systems. Larger ACPs with high traffic count will be equipped with the Fixed-Full configuration. The Government anticipates releasing a Request for Proposal (RFP) on or about 10 October 2014 that will be open for thirty (30) days. There will be NO Pre-Proposal Conference or Industry Day. Comments related to this Synopsis and question related to the attached Draft Solicitation should be submitted via email no later than 3:00 PM Eastern Standard Time on 2 October 2014 to thomas.l.halverson.civ@mail.mil from the Natick Contracting Division.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71391d9501a71bc5aa3a97dc94782656)
 
Record
SN03519948-W 20140921/140919235203-71391d9501a71bc5aa3a97dc94782656 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.