Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

J -- Access Control System Upgrade (Amendment 0001)

Notice Date
9/20/2024 12:38:57 PM
 
Notice Type
Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA4830-24-Q-0049
 
Response Due
9/26/2024 10:00:00 AM
 
Archive Date
10/11/2024
 
Point of Contact
Darien Savage, Phone: 2292572235, Samuel D. Garfunkel, Phone: 2292573947
 
E-Mail Address
darien.savage@us.af.mil, samuel.garfunkel.1@us.af.mil
(darien.savage@us.af.mil, samuel.garfunkel.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this amendment is to revise the date the offers are due from 23Sep24 to match the combo date of 26Sep24. This is a 100% Small Business Set-Aside. Moody AFB is looking for a company that can upgrade the existing LenelS2 Access Netbox Access Control Platform or Access Control System (ACS) for Building 115, using DOD Common Access Cards (CAC), to provide access to facility. �The ACS was originally installed between 2012 and 2014, and no upgrades have been completed since. � � Below the requirements of the system: � 1). The system will require 6 CAC readers/PIN reader keypads to be installed, 5 of which will be on the exterior of the building, and will be exposed to the elements. All exterior CAC readers shall be provided some type of cover to protect from the elements.� 2). Four (4) locations that will require CAC readers/PIN keypads will include the North and South exterior glass doors on the first (23 MSG) and second floors (93 AGOW); one (1) location inside of building 115, at the second set of glass doors on the first floor entering the 23 MSG area; one (1) location at the adjacent addition to building 115 that houses the 23D and 93D IG. � 3). All doors shall require ""REX"" (mechanism to secure and release doors) style sensors to allow for exit from the inside as it detects a person approaching the door, and a manual door release mechanisms to exit if the doors/system is in ""lock down"" mode. � The doors shall be secured via a ""BMS style"" (mechanism to secure and release doors) or magnetic locking system when locks are engaged. 4). In addition, all doors/exits must comply with NFPA-72 (National Alarm Code) , NFPA-101 (Life Safety Code) , and the Authority Having Jurisdiction (AHJ, the local fire official) for egress during activation of the fire alarm system. �After installation, the vendor/installer shall be on site during system testing to ensure compliance, and shall correct an deficiencies noted during testing. 5). A computer system (laptop or desktop) shall be installed in the SF Office, located within the entrapment area (building 115). This computer will control all aspects of the system, and shall have a windows 11 operating system. �Such system features shall include, but not limited to, adding access and removing access to each specific reader/exit, or have partitions for access based on unit/location. The system shall be capable of going into an immediate lock down, and setting an automatic locking and door release at certain days and time, as noted by the system operator. �The system will be stand-along only. 6). All cabling for the system maybe required to be installed in conduit and ran to SF desk, located in the entrapment area. � 7). All other system components required as part of the system shall be installed within the SF desk office located within the entrapment area. �Connections to other components, if not used, or located in other offices will be disconnected/removed, and if needed relocated to within the entrapment. � 8). The entire system (all components, to computer, to cabling), shall come with at least a one-year warranty on parts and service. Vendor/Installer shall be on site NLT 48 hours (2 business days) after notification of a system malfunction or service notification. � 9). �Any hardware or software updates required to the system during that first year shall be included. � 10). Installer/Vendor shall provide training to any US Military and DOD Civilian deemed as requiring training to operate and troubleshoot the system. 11). Vendor/Installer shall provide all technical orders or manuals as part of the system, and shall submit any required plans to 23D Civil Engineering, 93D AGOW, and 23D MSG for approval. � Refer to Statement of Work (SOW) for any additional details.� This is a commercial product and will be performed IAW FAR pt. 12, commercial items. FAR 52.212-2 Evaluation - The following factors shall be used to evaluate offers: item technical capability, lowest price technically acceptable, and past performance. FAR 52.232-18 Availability of Funds - ""Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.""� Site visit will be held on 20Sep24 @1000 EST. Questions will be due no later than 23Sep24 @1300 EST. All this outlined in combo in attachments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b20d85183c24a2b8249c7104a6f0215/view)
 
Place of Performance
Address: Moody AFB, GA, USA
Country: USA
 
Record
SN07219464-F 20240922/240920230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.