SOURCES SOUGHT
Y -- DESIGN AND CONSTUCTION OF UNMANNED INSTALLATION ACCESS CONTROL POINTS, TINKER AFB, OK
- Notice Date
- 9/12/2016
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
- ZIP Code
- 73145-9106
- Solicitation Number
- FA8101-16-R-0000
- Point of Contact
- Thanh V. Alcorn,
- E-Mail Address
-
thanh.alcorn@us.af.mil
(thanh.alcorn@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIAL NOTICES: This is not a solicitation for bids/proposals but a Request for Information (RFI). This synopsis is issued for the sole purpose of the 38 CEIG, Tinker AFB, OK, to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified 8(a) sources capable of designing Unmanned Installation Access Control Points according to AFMAN31-113 and to address the First Responder requirement. This RFI is for market research and planning purposes only. It does not constitute a Request for Proposal nor is it to be construed as a commitment by the Government. The Government will use the information obtained from this RFI to understand the interest and capabilities of the market for this task. No financial obligation is created or commitment is made by the government to any entity submitting a response. BACKGROUND INFORMATION: The 38 CEIG has a requirement for Installation PACS (Perimeter Access Control System) to address Unmanned Installation Access Control Points according to AFMAN31-113 for Tinker AFB, Oklahoma. First Responder (Fire Department/Emergency Response) requires fire/ambulance vehicle access IAW UFC 3-600-01, 2-10.2. Vehicle Access. Qualified sources must design the system to seamlessly integrate all information flowing through an enterprise (e.g., DBIS, Vindicator, and current security system which are managed under a base service contract. TECHNICAL INSTRUCTION: 6.4. Installation Perimeter Access Control Minimum Standards for Controlling Physical Access. The minimum USAF standard for controlling physical access to an installation via a manned entry control point, when funding becomes available, shall be: 6.4.1. An electronic PACS that provides the capability to rapidly and electronically authenticate credentials and individual authorization and fitness to enter an installation. 6.4.1.1. To ensure effective use of resources, installation, long-term sustainability and DoD/Federal wide interoperability, will coordinate all installation and internal access control system and component purchases with MAJCOM/SF Divisions and the AFSFC/SFXR (Requirements Branch) prior to funding obligation and execution. (T-1) 6.4.1.2. Any PACS which connects to the USAF GIG must be accredited and certified in concert with local and USAF communications entities; likewise a thorough PIA (Privacy Impact Assessment) must be completed. 6.4.2. PACS must support a DoD-wide and federally interoperable access control capability that can authenticate United States Government (USG) physical access credentials and support access enrollment, authorization processes, and secure information sharing. 6.4.3. Electronic interrogation will include verifying the validity of the credential and matching the identity of the individual to a registered account within an access control database which stores privileges, prohibitions, and restrictions for access. 6.4.4. Capable of adding Biometrics to the PACS when infrastructure, capability, resources are available and as legal issues regarding their use, storage, transmission, and retention are resolved. 6.4.5. At bases with PACS installed and operational, registration occurs automatically when an individual's identification card is scanned. Although PACS are designed to ensure 100% accountability of personnel accessing USAF installations, there may be situations when the use of the system is not feasible or appropriate. If 100% use of PACS is not feasible or appropriate, a risk management decision will be made and compensatory measures will be implemented in order to meet the intent of Section 1069 of Public Law 110-181. (T-2) Installation entry controllers may conduct a physical and visual hands-on inspection of the credential regardless of whether PACS is in use or not. (T-1) 6.4.9. Unmanned Installation Access Control Points. The minimum standard for controlling physical access to an installation via an unmanned entry control point includes the following: 6.4.9.1. An automated PACS that can validate a credential to ensure its authenticity plus at least one biometric modality to provide more accurate identification and validate the person presenting the credential is authorized to enter the installation. (T-1) 6.4.9.2. Anti-tailgating capability to ensure only one authorized vehicle/person is allowed access per credential/biometric validation. (T-1) 6.4.9.3. Recordable Closed Circuit Television (CCTV) capability that provides 24 hours a day/7 days a week; coverage of the unmanned entry control point monitored by the BDOC. CCTV system must be stored in a tamper-resistant or tamper proof system and have the capability to record and store 60 days of video. (T-1) 6.4.9.4. An intrusion detection system which can provide immediate detection and surveillance capability and alert the BDOC if someone is attempting to bypass the entry control point to gain entry to the installation. (T-1) 6.4.9.5. A vehicle barrier system. (T-1) 6.4.9.6. All force protection equipment, such as bollards or gates shall be designed to allow one person to remove or open equipment. Any locking device controlling vehicle access must be under control of the Fire Department or 24-hour security personnel located at the specific facility. Dimensions of fire lanes and turnarounds must comply with NFPA 1, Uniform Fire Code. Additionally, Tinker fire vehicles are being equipped with the CTC IR/GPS Traffic Control and Gate Pre-emption systems. Any automatic gate/barricade controller(s) shall be equipped to interface with this system. Gate width shall support Tinker AFB largest structural vehicle, the P21 Ladder Truck (TRK-1), with dimensions of 11' width, 49 ' length, 12' height. Contractor will validate all measurements and requirements. 6.4.9.7. Design strategies for installation Unmanned Installation Gate security structures and equipment must consider inclement weather, corrosion prevention and control (CPC) preservation techniques for long term maintainability and reliability throughout their life cycle. Trade-off decisions involving cost, useful service life, and effectiveness must address corrosion prevention and mitigation. 6.4.9.8. Local environments and all weather climates must be considered during the selection of material for the biometric system and gate components as well as the required coatings to provide protection against corrosion. Color polymer and other coatings on gate fabric, fittings, framework, and gates must be applied to enhance visibility and provide greater corrosion resistance, especially in corrosive or salt laden environment. PRICING INSTRUCTION: All interested 8(a) Vendors shall provide a Rough Order of Magnitude (ROM) based on the Air Force Technical requirements listed above. TASK SUMMARY: 1. This project is anticipated to be an 8A Design-Build Project. The work to be performed under the terms of this project will consists of furnishing all Design/Engineering Services, personnel, labor, equipment, tools, materials, plant, transportation, supervision, testing services, quality control, and other items and services needed to design Unmanned Gate System at 38 CEIG (Hope Gate) on Tinker AFB, OK. 2. The term "work" shall mean; to provide and install a fully operating and functioning system, assembly, framework, fixture or apparatus that is complete, finished and ready for use by the Government. "Repair" or "Replace" shall mean; provide additional work required to modify or integrate an existing system, assembly, framework, fixture or apparatus as necessary to accomplish the "work" ready for use by the Government. 3. The Contractor shall be responsible for identifying the necessary logistical, physical architectural, communications architectural; civil, structural, mechanical, fire protection and electrical work elements required to install the new systems and assemblies as described herein. Assemblies, framework, fixtures or apparatus not readily identified on plans or the SOW (Statement of Work) shall be provided by the Contractor as required for a complete, fully operating and functioning system or systems, ready for use by the Government. 4. Plan (and provide) information such as floor plan layouts; basic dimensions; design requirements for structural, mechanical and electrical data; and location of underground utilities provided by the Government for existing and new construction are based on available as-built documentation, field observation, and equipment selected as design basis by the Government. This information is to be considered approximate and shall be field verified by the Contractor. Plans provided become the property of the USAF and should be archived for long term maintenance and up-keep considerations. 5. The Contractor shall be responsible to verify all dimensions and actual conditions, including availability/suitability of potential mechanical/electrical tie-ins identified by the government, when developing individual RFP responses/proposals. PROGRAM SUMMARY: 1. The Contractor shall make all observations, take notes, perform measurements and generally collect all necessary data to aid in completing the project minimal design for the proposal. The Contractor is permitted and highly encouraged to research the governments' as-built drawing files for preparation of his RFP response package submittal. Record drawings, showing existing facilities and underground utilities, are available to the Contractor through the 72 ABW Civil Engineer Directorates, Engineering Support Section. However, the government does not guarantee the accuracy or adequacy of existing as-built/record drawings. Failure to verify the dimensions and locations will be at the Contractor's risk and shall not relieve the Contractor of responsibility for their design and will not solely constitute allowing Contractor a basis for reimbursement of cost increases. The Contractor's construction drawings must show existing conditions in the project area. 2. The Contractor's full design effort and construction work elements must fully comply with the Government's design requirements as well as all governing codes, Tinker AFB Specifications, and Technical Specifications. Governing codes as follows, listed in order of priority: a) Tinker AFB Base Facility Standard b) AF instruction, AF manuals, AF pamphlets, AF engineering technical letters, and executive orders c) Unified Facilities Criteria (UFC) d) Codes and Standards incorporated by reference in the UFC e) Applicable Executive Orders, Department of Defense (DoD) Regulations, International, Federal, State, and Local Codes and Regulations as cited in the DO SOW or referenced by the Contractor or his suppliers/ subcontractors. 3. The Contractor shall also perform a site investigation to verify existing conditions and if necessary, pull additional as-built drawings if available from B400, Engineering Support. Request 8(a)'s capable of performing this effort furnish an electronic capability package of no more than 20 single-sided pages, to Program Manager, thanh.alcorn@us.af.mil no later than close of business, 4:00 pm, 07 October 2016. A paper copy is optional, and can be mailed to the following address: 38 CEIG/OSR Attn: Thanh V. Alcorn 4004 Hill Top Rd. Tinker AFB, OK 73145 Interested 8(a) parties are requested to provide company name, address, telephone number, point(s) of contact with an email address, business size - NAICS Code, DUNS number, CCR Registration number, Federal CAGE Code. The capability package shall include the following information: 1. Respondent's ability to perform the functions identified 2. Respondent's experience in performing similar functions All contracts referenced should include a description, including the agency name, contract number, dollar magnitude, performance period and points of contact with current phone numbers. 3. Respondent's interest in bidding for this work, if/when a solicitation is issued. Questions concerning this RFI or technical requirements addressed herein shall be addressed to Thanh Alcorn, at thanh.alcorn@us.af.mil. No discussions will be conducted telephonically.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-16-R-0000/listing.html)
- Place of Performance
- Address: 38 CEIG/OSR, 4004 Hill Top Rd, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04266501-W 20160914/160912234655-c9361aed5d187ee70a9d1d207349e300 (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 |