MODIFICATION
63 -- Modification to Synopsis - AIE-3 RFP (W911QY-12-R-0041)
- Notice Date
- 2/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment 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
- W911QY12R0041
- Response Due
- 4/5/2013
- Archive Date
- 4/13/2013
- 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 up to 35 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). The third generation AIE System (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 DIACAP accredited, net-ready and interoperable with legacy AIE systems and related base defense, force protection and physical security systems. AIE-1 and AIE-2 installations may be retrofitted within the scope of this contract. A Product Demonstration will be required for interested vendors. Information regarding Product Demonstration Procedures and Product Demonstration Evaluation Criteria will be released in the RFP. Vendors will be required to self nominate for participation in the Product Demonstration within two weeks of solicitation release in accordance with the RFP. The AIE-3 contract will be awarded using full and open competition with small business subcontracting requirements. The Government will award a single, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a ceiling of $99M. The POP will be four years (a two-year base and two one-year options). 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. The Government does not intend to use FAR Part 12 for this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2f94d0d7d0b05171792fc74a0fab0fc4)
- Place of Performance
- Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02985641-W 20130214/130212234545-2f94d0d7d0b05171792fc74a0fab0fc4 (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 |