Arkansas Bids > Bid Detail

Command Post Security System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159048428364492
Posted Date: Aug 7, 2023
Due Date: Aug 18, 2023
Solicitation No: FA446023Q0239
Source: https://sam.gov/opp/eced8fab51...
Follow
Command Post Security System
Active
Contract Opportunity
Notice ID
FA446023Q0239
Related Notice
FA446023CommandPostSecuritySystem
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4460 19 CONS PKA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 07, 2023 02:39 pm CDT
  • Original Published Date: Aug 04, 2023 09:44 am CDT
  • Updated Date Offers Due: Aug 18, 2023 02:00 pm CDT
  • Original Date Offers Due: Aug 18, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Little Rock AFB , AR 72099
    USA
Description View Changes

ADDENDUM 001 - Addition of Combo



Little Rock AFB is seeking Command Post Security System IAW Attachment 1 – PWS.



52.212-1 Instructions to Offerors - Commercial Items Addendum

In order to be determined responsive, all quotes must be completed on the Combo, respond directly to the requirements of this solicitation, and sent to the identified POC's. If your quote is determined to be nonresponsive, it will not be further considered for award.



A complete quote consists of the following:



a) Complete the Combo attached with Pricing and Quote.



b) Review ENTIRE solicitation and fill in all required provisions and clauses. If the annual certification has been completed in the System for Award Management (SAM), FAR 52.212-3 does not need to be completed.



c) All vendors must have an active registration in SAM at time of quote submission.



Award will be made based on lowest price.



Questions are due by August 11, 2023 at 2 PM CST.





This system will establish entry control into building 314 and will include:

i. A main terminal capable of assigning/managing access into Command Post and building 314. The CP also requires a machine to print/create swipe access badges.

ii. Magnetic locks, card readers, balanced magnetic switch and any other installed system features to the office containing the main terminal used to administratively manage access. This will include door release switches at the Command Post console position(s).

iii. Compatible emergency exit button(s) on specified doors for life safety. The button will disengage maglocks to allow the doors to open.

iv. Cameras inside and outside building 314 covering hallways inside the building and each side/parking areas of the building outside. Cameras should be high quality, able to be manipulated centrally by the controllers (Pan and Zoom) and have a recording system with ample storage.

v. A call box installed outside the main entrance with high quality video capabilities.

For the purpose of this PWS, all installed hardware should be new (not obsolete or aged technology).

All Contractor supplied electronic equipment must be from a source approved to supply electronic equipment for US Government use in compliance with Trade Agreements Act. Contractor shall provide a DVR recorder for CCTV with a minimum of 16 terabytes of storage capability. All camera equipment should be 4K, PTZ, hi-quality. Desired camera located are laid out on the building diagram. Contractor shall remove all existing wiring and cameras. Contractor shall provide battery back-up/surge protector that shall be connected to the video recorder. Contractor shall furnish all wiring, cables, power supplies, mounting hardware, and battery backup uninterruptible power supply (UPS) and any other peripherals for all of the said installations. All equipment must be in compliance with the National Defense Authorization Act (NDAA) and the Trade Agreement Act (TAA). Contractor shall install all units in a neat professional manner. Contractor shall expose as little wiring as possible and wire all cameras to recorder. All wiring must be secured and inside conduit to protect from tampering. All units must be tested to ensure cameras are fully operational and recording.

Contractor will maintain installed system at building 314 at peak performance in order for the 19 AW CP to operate without loss of mission effectiveness. Contractor will provide 24/7 on-call maintenance and services for the entire system and sub-components with a 4-hr response time and routine preventive maintenance within the warranty period.

- Maintenance and Service during warranty period includes the following:

-- Ensuring system is free from defects in material and workmanship, in accordance with the contract, drawings, specifications,

alterations and additions thereto.

-- All system components regardless of age will be covered by vendor and will be replaced at vendor’s expense in the case of

component failure not related to customer misuse/abuse.

-- 4 hour (or less) on-site response time via phone or on-site service.

-- For the purpose of this PWS, warranty, maintenance and service of this system is defined as those tasks to keep the system

in original working order.

Vendors shall perform all work IAW with the PWS.

Vendors shall maintain a Cage Code in SAM.gov with their company name.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 501 987 3303 642 THOMAS AVE BLDG 642
  • LITTLE ROCK AFB , AR 72099-4971
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >