Skip to main content

An official website of the United States government

You have 2 new alerts

B3902 Security System

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • 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

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