Security Access System Repair and Replacement, Holloman AFB New Mexico

Agency: DEPT OF DEFENSE
State: New Mexico
Type of Government: Federal
Category:
  • N - Installation of Equipment
Posted: Aug 21, 2023
Due: Aug 30, 2023
Solicitation No: FA480123Q0455
Publication URL: To access bid details, please log in.
Follow
Security Access System Repair and Replacement, Holloman AFB New Mexico
Active
Contract Opportunity
Notice ID
FA480123Q0455
Related Notice
FA480123RFI0413
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AETC
Office
FA4801 49 CONS PK
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Aug 21, 2023 10:36 am MDT
  • Original Published Date: Jul 20, 2023 12:01 pm MDT
  • Updated Date Offers Due: Aug 30, 2023 12:00 pm MDT
  • Original Date Offers Due: Aug 18, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 14, 2023
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Holloman AFB , NM 88330
    USA
Description View Changes

Amendment 02, 21 Aug 2023



Some photos of the current system are attached. Additional information and answers to questions are provided below.




  • How will offers be evaluated? See the provisions FAR 52.212-1 and FAR 52.212-2 in the solicitation. Evaluation will be on technically acceptability, then price. Note FAR 52.212-1(b) states: "As a minimum, offers must show— [...] (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary [...]"

  • How old are the facilities? The facilities range from 1960’s to 1990’s

  • Are the facilities mainly office use? B1279 and B1280 are warehouses with work bay areas. B1260 is partially offices and partially warehouse. The rest are offices.

  • Is the power supply stable? Yes.

  • Which buildings have drop ceilings? B1088 is partially drop ceiling. All other office buildings are primarily drop ceiling. The warehouses (B1279 and B1280) don not have drop ceilings.

  • How high is the ceiling? Due to the variety of buildings, differences in construction years, and different purpuses, there is no direct answer to this question.

  • What type of walls are in the perimeter areas? Some are concrete, metal, block, and/or brick.

  • What type of walls are inside the offices? Most are sheet rock.

  • Will the contractor need drill between the walls to run our cable infrastructure? Only in B1260. The rest of the buildings already have wiring to all keypads, RQEs, and maglocks.

  • Which building requires conduit installation? How much (footage)? At least in B1260, at least 100 feet

  • Are the door frames metal and concrete filled? Yes, both.

  • Is there any asbestos in any of the buildings? Uncertain. The potential presence of asbestos and procedures if Asbestos is encountered is discussed in the Statement of Objectives.

  • Can you provide the name of the existing access control system? Identicard

  • How old is the existing access control system? 5 to 13 years old, with some installs in some buildings more recent than others.

  • Is a server needed for access control system, and is there a brand preference? The government will provide a server for software installation to ensure the hardware meets DISA and Air Force hardware security requirements. There is no brand preference for software, other than compliance with FAR restrictions on certain products from China, Russia, Iran, etc.

  • How many readers are to be installed in each building? This is discussed in the SOO. B1088 is changed to be only 2 external readers, removing the requirement for 1 internal reader.

  • Is there an existing IT communication between each building the contractor can use? Yes, all buildings have some form of existing communication network for use.

  • Is there any other type of communication between buildings, such as conduit, etc.? B1279 connects to B1280 via wifie, whih connects to B1283 via Wi-Fi. No alternative connection between these buildings will be completed during the expected period of performance of this requirement.

  • What are the part numbers of the existing card readers? See photo attachment.

  • Must the readers be able to read PIV/CAC cards? This is specified in the SOO.

  • How many door strikes will need to be replaced with electro-magnetic locks? At least 3.

  • Does the proposed ACS System have to comply with the Federal Energy Management Laws and Requirements? Yes, FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, applies.

  • Is the system installed in a secure network provided by the government? Yes

  • Do we need to be compliant to DISA RMF, or test/demonstrate cyber security? The government is installing the server and client computers to the server; this does not apply.



The questions period has elapsed and these amendments, the original solicitation, and attachments are all the information the Government is able to provide for this solicitation. Offerors must acknowledge the information and terms (such as the addition of Provision at FAR 52.223-15) in these Amendments for their offer to be considered technically acceptable. This acknowledgement may be met by a single sentence in the offeror's response to this solicitation if the offeror has no exceptions to the solicitation. Additional information regarding acknowledgement of the solicitation terms is available in page 3 of the original solicitation attachment. Any information in these Amendments which contradicts the original solicitation or attachment takes precedence over the original solicitation.



---



Amendment 01, 16 Aug 2023



The solicitation period is extended to 30 August to enable the government to answer questions generated during the site visit and the questions period. Some answers are currently available and are provided below. Another amendment will be issued with further information and additional answers.




  • The currently installed access control software is Premisys version 4.2.25

  • Conduit is not required for wiring above drop ceilings and may be installed using J-hooks or similar mechanisms. Conduit is required to be installed for wiring in exposed or unshielded areas. All wiring must be secured behind some physical barrier (conduit, wall, ceiling, etc.). Contractor is required to follow the most current version of the National Electric Code/NFPA 70 when installing any conduit or performing any electrical work.

  • Escorts for contractor personnel will be provided for contractor access to secured areas. The contractor will be required to notify the Government at least 2 duty days in advance of work in restricted areas for scheduling an escort.

  • Of the currently installed card readers, only one is known to be physically damaged/inoperational. All other card readers currently installed should be able to be operated once correctly provisioned, connected, or otherwise incorporated into the final access system.



---



The 704 TSS at Holloman AFB, NM, is seeking security upgrades and modernization to the partially functioning RF-key door entry system. This upgraded system is required for buildings: 1085, 1086, 1088, 1260, 1265, 1265a, 1261, 1263, 1279, and 1280. This requirement will be in accordance with the ‘Statement of Objectives’ at Attachment 1.


Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
Photos_Amendment02_21Aug2023.pdf (opens in new window)
5 MB
Public
Aug 21, 2023
Combined Synopsis_Solicitation 20 July 2023.pdf (opens in new window)
428 KB
Public
Jul 20, 2023
file uploads

Contact Information
Contracting Office Address
  • CP 575 572 3040 490 1ST ST BLDG 29 STE 2160
  • HOLLOMAN AFB , NM 88330-8225
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Jul 20, 2023[Combined Synopsis/Solicitation (Original)] Security Access System Repair and Replacement, Holloman AFB New Mexico
Aug 17, 2023[Combined Synopsis/Solicitation (Updated)] Security Access System Repair and Replacement, Holloman AFB New Mexico
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.