Oklahoma Bids > Bid Detail

B3902 Security System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159530871956066
Posted Date: Oct 20, 2022
Due Date: Oct 20, 2022
Solicitation No: FA812523Q0002
Source: https://sam.gov/opp/103da9d78d...
Follow
B3902 Security System
Active
Contract Opportunity
Notice ID
FA812523Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8125 AFSC PZIMA
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 20, 2022 01:37 pm CDT
  • Original Response Date: Oct 20, 2022 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

The Air Force intends to solicit the following supply:





76 CMXG request repair and upgrade of the B3902 Security System. The Contractor shall



provide delivery, installation, performance verification, and training. All repair and upgrades



shall be accomplished onsite at B3902 & B3905 guard shack.





Entry Pedestal






  • The contractor shall replace the existing entry pedestal with a new pedestal containing a



security card reader, intercom, and high-definition camera configured for video picture



image capture capabilities. This will require concrete work including cutting, replacing



after cabling has been installed in pavement trench from pedestal to guard shack, and



disposal of all removed construction materials.




  • The security camera shall provide real time high-definition video and photograph of



personnel when badge swipe gate access is requested.




  • Security card swipe information, camera control, and images will be stored on and



retrieved from the security station console located in B3902 room 131.




  • The security card reader shall install 53 inches (In) high measured from ground level and



positioned 1ft south of current location collinear with north entry gate support bollard.




  • The intercom installed in the pedestal is used for visitor access request and provides



communication between the gate entrance and security station console located in room



131.




  • The contractor shall provide and install new cables as necessary to connect the guard



shack to the new IP devices at the pedestal.





Guard Shack






  • The contractor shall install a corner mount 270-degree field of view camera and DVR



recorder with monitor where all gate entry and exit activity can be monitored. The



camera views shall be viewable and recordable in the B3905 guard shack and security



located in B3902 Rm 131.




  • The 270-degree view selections shall include:




  • The area adjacent to the east side of guard shack entry door

  • Approaching vehicle with view west to S. Douglas Blvd.

  • Passenger side of vehicles approaching the pedestal

  • All vehicles exiting the security gate.




  • All obsolete security controller hardware shall be replaced with hardware compatible



with Security Expert Systems hardware and Pelco Video Expert surveillance systems.





Magnetic Security Doors






  • The contractor shall replace old type card readers with new HID card readers at B3902



doors 1, 2, 13, and 16.




  • The new card reader interface with the B3902 with the security station console in Rm



131. It is anticipated the existing wiring from these doors to Rm 131 will be adequate.




  • If new wire and cabling are required, the contractor is still responsible for all materials



and labor for successful project completion. Security Console Rm 131, Rm 145.




  • The existing security station console in Rm 131 and security controller and associated



hardware in Rm 145 shall be replaced and compatible with Security Expert systems



hardware and Pelco Video Expert surveillance systems.





Materials



(Contractor shall provide at minimum new):






  • Entry Pedestal to support the new card reader, dedicated telephone access to Rm 131



security console location, video intercom, wide area view camera on driver side of gated



entry which can capture HD driver images being display on security console in B3902



Rm 131 security console and video monitor in B3905.




  • Cables as necessary to connect the guard shack to the new IP devices at the pedestal,



power supplies as required, phone line if necessary




  • Multi lens 270-degree corner mount camera

  • Electrical Enclosure

  • Electrical Conduit

  • SX-4A power supply and one new SP-C to power up the new controller.

  • SP-C Interface

  • Security System Controller

  • SP-C gate access controller

  • Fiber Optic patch cables

  • Security Station with Security Expert and Pelco VideoXpert installed

  • ST fiber converter to the one new 8-port POE

  • Schematics and paper maintenance manuals, written operation instructions, and OEM component cutsheets.

  • Digital Video Recorder

  • SX-MRDM2 two door controller

  • Door Controllers

  • Provide blank programmable HID security cards- 1,000 cards





Training- Two (2) days of operator orientation shall be performed by the contractor after repair



and upgrades to the B3902 Security System that includes 16 hours of training for two (2)



operators and (1) facility manager.





Waste & Residue - Contractor is responsible for the transport and disposal of all removed



materials and construction debris in fulfilment of this project.







A Firm Fixed Price type contract is contemplated.





Estimated Period of Performance: 30 days ARO





This is a small business set-aside





System for Award Management (SAM) is required to receive any award. Contractors can register electronically at https://www.sam.gov/portal/public/SAM/. The NAICS code for this requirement is 334290 with a size standard of 750 EMP.





Interested persons may identify their interest and capability to respond to the requirement by submitting a proposal. Electronic procedures will be used for this solicitation through Beta.sam.gov at https://sam.gov/content/home. No telephone requests. See Note 22. Authority is 10 USC 2304 (c)(1).





For further information contact:





Catina Baker



Contracting Specialist



405-264-3326


Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 734 9107 3001 STAFF DR STE 2S76
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 20, 2022 01:37 pm CDTPresolicitation (Original)

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 >