SOLICITATION NOTICE
63 -- Vindicator Security System
- Notice Date
- 2/25/2025 8:43:37 AM
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA4661 7 CONS CD DYESS AFB TX 79607-1581 USA
- ZIP Code
- 79607-1581
- Solicitation Number
- FA466125Q0026
- Response Due
- 2/27/2025 10:00:00 AM
- Archive Date
- 03/14/2025
- Point of Contact
- SSgt Maren Quinones-Burgess, Phone: 3256966043, A1C Illya Shkrebtiy, Phone: 325-696-2308
- E-Mail Address
-
maren.quinones-burgess@us.af.mil, illya.shkrebtiy.1@us.af.mil
(maren.quinones-burgess@us.af.mil, illya.shkrebtiy.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Responders should answer all the following questions in as much detail as possible: a. Can your company provide the installation of a Vindicator system for one of the buildings on Dyess Air Force Base? b. Do you have any suggestions or questions regarding the attached to listed specifications? This RFI is issued solely for information and planning purposes � it does not constitute as a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking quotations and will not accept unsolicited offers. Interested vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party�s expense. The 7th Contracting Squadron (7 CONS) is conducting market research to identify potential Small Business contractors that may possess the expertise, capabilities, and authorization for the installation of a Honeywell (Vindicator) alarm system. Project could be viewed in phases as outlined below. Phase 1: Installation: o Install IT cabinets of appropriate size for the facility. The cabinet must account for limited space within involved rooms and should not be overly obstructive. The cabinets will house the Vindicator equipment, network switch and Uninterruptible Power Supply (UPS) devices. o Installing the access control badging equipment in and around the rack. o Installing a dedicated power circuit to serve the IT equipment cabinets. o Installing a fiber optic patch cable to link the IT equipment cabinet with the existing fiber optic network patch panel. Contractor will work closely with the base Communications Squadron on locating and identifying the available fiber pair and location. Two strands of single mode fiber are required. o Installing IDS devices in the actual space which includes a Balance Magnetic Switch (BMS) for the main door, motion sensors for the spaces, an IDS keypad and pin pad reader for securing and accessing the IDS. o Installing card readers with pin pad on the non-secure side of the main doors vault and auditorium and a card reader without pin pad on the secure side of the doors. Install and connect electronic locks to the Vindicator access control system. o Program and configure Vindicator system both locally and at Base Defense Operations Center (BDOC). o Ensuring that all installation work is in accordance with DAFI 31-101_DAFGM2022-01, DoDM 5100.76 DAFMAN 31-101 Volume 2. This includes conduit, wiring and tampering work. Installing ACS to include: Card reader with pin pad for non-secure side, card reader without pin pad on the secure side of the doors for exit, BMS, 16x16 enclosure above the door which is the door controllers, dedicated AC power to the enclosure and communication wiring to the Vindicator panel in main entrance. Install and connect electronic locks/door striker to the Vindicator system. Program, ensure connectivity with and configure the alarm system both locally and at BDOC Ensuring that all installation work is in accordance with most recent versions of DAFI 31-101_DAFGM2022-01, DoDM 5100.76 AFMAN 31-101 Volume 2. This includes conduit, wiring and tampering work. Fiber connectivity with the BDOC is limited. For this reason, the contract should account for a minimum fiber optic line requirement to link with BDOC (2 strands). Phase 2: Training & Maintenance Training � Provide end user training to 28BS personnel who will operate the Vindicator system at building 6030C. Each training session, if multiple sessions (no more than two) are required, should not take longer than four hours. Contractor will coordinate closely with the Government on scheduling for various shifts, etc. Total personnel to be trained will be less than 10 and are generally all on multiple shifts. Contractor will notify 5 days in advance to respective personnel of the facility be made available to ensure they receive training for this system. Training � Ensure users are trained in how to secure/disarm the system, create/add/remove badges, troubleshoot and manage IDS and ACS systems respectively. o Maintenance: maintenance of system should be accounted for prior to installation. The government cannot accept the use of a company owned laptop to update the system over the long term. This should be accounted when considering what will be required for system software updates and information transfer. Phase 3: Testing Perform phase 1, 2 and 3 testing as prescribed in DAFI 31-101_DAFGM2022-01. Contractor will coordinate closely with the Government on scheduling and testing. Contractor will obtain project completion signoff from the 28BS CC at the end of the successful test. Phase 3 will consist of a 30-day continuous test to assess how well the system performs in its normal operating mode on a permanent basis. This will immediately start after phase 2 (72-hour burn-in). 28BS must be able to actively see the current alarm state and not experience any down time etc. The total time for the testing phases is a minimum of 33 days if there are no failures and therefore no reason to restart the testing phases.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a4cb6656957421a86f53e0e862f5c68/view)
- Place of Performance
- Address: Dyess AFB, TX 79607, USA
- Zip Code: 79607
- Country: USA
- Zip Code: 79607
- Record
- SN07353237-F 20250227/250225230039 (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 |