SOLICITATION NOTICE
70 -- Access Control System (ACS) and Closed-Circuit Television (CCTV)
- Notice Date
- 8/14/2025 12:16:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA8501 OPL CONTRACTING AFSC/PZIO ROBINS AFB GA 31098-1672 USA
- ZIP Code
- 31098-1672
- Solicitation Number
- FA850125Q0068
- Response Due
- 8/22/2025 2:00:00 PM
- Archive Date
- 08/23/2025
- Point of Contact
- Adria Pitts, Bobby Ballow
- E-Mail Address
-
adria.pitts@us.af.mil, bobby.ballow@us.af.mil
(adria.pitts@us.af.mil, bobby.ballow@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis and solicitation The Government's is requesting quotes for the requirement of a site survey for quote and installation of an Access Control System (ACS) designed to use Radio Frequency Identification (RFID) badges and Closed Caption Television (CCTV) System to meet the physical security compliance requirements of the Air Force Instruction (AFI) 31-101, DoDM 5200.01 Vol 3 Encl 3, Robins AFB specifications, and ESE-SIT-0001 for protection of assets. Area's ""G"" and ""J"" indicated on the floor plan will require ACS for Secret Open Storage accreditation. CCTV is needed to ensure full control of personnel attempting to access the building. The contractor shall provide all necessary infrastructure upgrades to support systems operations. The contractor shall provide closed circuit television equipment to ensure the ability to monitor identified areas within Building 2039. The contractor shall provide ancillary equipment, materials and/or supplies needed for the installation and associated infrastructure. The contractor shall provide 24-hour battery backup emergency power for the system. The contractor shall ensure that the system delivered under this contract consists of already proven (qualified) Commercial Off The Shelf (COTS) equipment from the Non-Nuclear, Intrusion Detection System (IDS) Non-Nuclear Configuration Management Database (CMD), installed in the approved and tested configuration, qualified and proven by the contractor and accepted (Approved) by the Government as satisfying system requirements. The following instructions MUST be adhered to: Department of Air Force 31-101, Department of Air Force 31-101 DAFGM2022-01 GENADMIN, ESE-TP-0023, DAFI 31-220 and related standards. The contractor shall perform contractor Verification Testing of the system and subsystems to include information assurance verification and stability testing (CDRL 0001, Test and Turnover Plan). Contractor shall validate contractor supplements to commercial technical manuals and support all phases of Government acceptance testing and provide site-specific training personnel. The contractor shall provide factory equipment staging services, onsite programming, testing, and training for equipment. The contractor shall provide a certified Engineer to connect the system. The contractor shall provide project management for sub-contractors and onsite personnel. The contractor shall provide sustainment services to ensure 24/7 operation of ACS. The offeror shall provide all required equipment and include installation and services as apart of their proposal. The offer must include in their quote a description on how they will fulfill both the equipment and installation requirements, including but not limited to qualifications and experience with Vindicator systems. The government will evaluate these responses to determine technical acceptability and suitability for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e4750db3eff408eb6b3cc6d04e8c289/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07552061-F 20250816/250814230057 (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 |