California Bids > Bid Detail

NOTICE OF INTENT FOR SOLE SOURCE SYNOPSIS: Air Force Plant 42 Access Control Vetting

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159209885522765
Posted Date: Apr 10, 2024
Due Date: Apr 17, 2024
Solicitation No: FA8623-24-R-0001
Source: https://sam.gov/opp/1c3b70549f...
Follow
NOTICE OF INTENT FOR SOLE SOURCE SYNOPSIS: Air Force Plant 42 Access Control Vetting
Active
Contract Opportunity
Notice ID
FA8623-24-R-0001
Related Notice
SS-2023-01
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
AGILE COMBAT SYSTEMS
Office
FA8623 AFLCMC EZVK ENV
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 10, 2024 03:20 pm EDT
  • Original Response Date: Apr 17, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Palmdale , CA 93550
    USA
Description

This synopsis is issued in accordance with FAR 5.101(a)(1) and FAR 5.207. This proposed action is for the procurement of Air Force Plant 42 Access Control Vetting.



The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1), “Contracting officers may solicit from only one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available”. The contracting officer has determined that only one source is reasonably available: Fortior Solutions.



This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time.



This proposed procurement will be a sole source award under North American Industry Classification System Code (NAICS) 561621 – Security Systems Services, with a size standard of $25,000,000. PSC code: R430 – Support- Professional: Physical Security and Badging.



Delivery Schedule:



June 2024 through February 2025





Delivery Destination:



Air Force Plant 42



Sites 1, 2, 3, 4, 7



Palmdale, CA 93550





Requirement:



1. Critical performance requirements include all of the following:




  • Capable of providing Electronic Perimeter Access Control System (ePACS) service to provide vetting against authoritative law enforcement databases in compliance with the DoD standard for a current fitness determination as outlined in DoDM 5200.08V3_AFMAN 31-101V3, Installation Perimeter Access Control. ePACS must be available in a handheld configuration as well as be adaptable to proximity card readers/pin pads.

  • Be able to provide an Identity Matching Engine for Security and Analysis (IMESA) paired with an electronic physical access control system (ePACS)

  • Utilize DOJ-trained Criminal Justice Information Services (CJIS) certified National Crime Information Center (NCIC) Terminal Operators and Trainers

  • Operators and Trainers undergo annual cyber security training and are audited by DOJ and the FBI on triennial basis. Terminal operators re-certified on a bi-annual service.

  • The Contractor shall manage and produce a Personal Identification Verification (PIV) compliant credential for issuance for access for Air Force Plant 42, Palmdale CA or provide the capability to use proprietary, currently-issued credentials.

  • The Contractor shall provide vetting for the credential utilizing guidance outlined in DoDM 5200.08V3_AFMAN 31-101V3, Installation Perimeter Access Control.

  • The Contractor shall provide the capability to vet credentials to authoritative law enforcement databases including but not limited to: National Crime Information Center (NCIC) Person Files (including Wanted Persons, Violent Persons, Immigration Violators, Known or Appropriately Suspected Terrorists, and National Sex Offender Registry), Interstate Identification Index (III), National Law Enforcement Telecommunications System (Nlets), and Commercial criminal background screening.

  • The Contactor shall provide a system in which multiple lists can be maintained by AFP 42 Lessees for restricted/restricting access to AFP 42.

  • The contractor shall provide the ability to scan a variety of identifications for validity. Examples of Identifications required to be scanned are:

    • State issued ID,

    • State issued Driver’s License,

    • Military Common Access Card (CAC),

    • Federal Employee CAC,

    • All Teslin ID (Military/Civil Service retiree, Military Dependent, etc.)

    • Personal Identity Verification (PIV) credentials

    • Personal Identity Verification-Interoperable (PIV-I) credentials

    • Trusted Traveler IDs (e.g. Global Entry, Nexus, Sentri, and FAST)

    • U.S. Immigration Credentials (e.g., U.S. Permanent Resident Card and U.S. Alien Card).

    • Passport

    • Industry issued credentials containing a barcode



  • Provide the service while adhering to the following:

    • Standalone software and hardware (does not need access to DoD network)

    • No major infrastructure requirements

    • No connection to local network needed

    • Discrete handheld screens

    • Flexible credential scanning options

    • Flexible vetting options



  • Service providers need to utilize stand-alone equipment that meets following criteria:

    • Mobile Handheld devices/computers for scanning credentials

    • Docking/charging station

    • Spare batteries

    • Guard station (CPU)

    • Wireless router

    • Registration station

    • Site survey and equipment installation



  • Services provided need to include the following:

    • 24X7 remote equipment monitoring

    • Preventative onsite maintenance

    • Onsite maintenance (equipment fixes, replacements)

    • Equipment training, training materials and train the trainer

    • Software and hardware upgrades

    • Equipment relocation





The proposed source is Fortior Solutions, located at 5800 NE Pinefarm Court, Hillsboro, OR 97124. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: Research revealed no other capable vendors that could immediately meet all of the specifications for this requirement. Acquiring a different company's access control vetting system and service would result in lower efficiency, a failure to meet the requirements defined in DoD5200.08V3_AFMAN31-101V3 and will allow AFP 42 lessees to be subject to security vulnerabilities, threats, and possible catastrophic outcomes. It is vital to the protection of the Government, the DoD, DoD contractors, and DoD employees to determine both historic and current fitness through an authoritative database prior to allowing access to DoD property.





This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, quotation, or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by the date specified below. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. The Government does not intend to pay for any information provided under this Notice of Intent. Responses must be received NLT 5:00 P.M. Eastern Standard Time on 17 April 2024.





Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov.





The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. Questions should be addressed to the Contracting Officer, Mr. Kyle Hartlage at kyle.hartlage@us.af.mil. Only inquires/information received through email by this date will be considered.





POC Information:



Kyle Hartlage



AFLCMC/EZVK Building 12



1981 Monahan Way



Wright-Patterson AFB, OH 45433



kyle.hartlage@us.af.mil





Be advised that all correspondence sent via e-mail shall contain a subject line that reads “Air Force Plant 42 Access Control Vetting.” Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail ensure only .PDF, .doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1981 MONAHAN WAY BLDG 12 RM 128
  • WRIGHT PATTERSON AFB , OH 45433-7205
  • 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 >