Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

N -- PKB IACP Camera System Upgrade and Servicing (Service)(New)

Notice Date
9/12/2025 8:15:04 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461325Q1026
 
Response Due
9/16/2025 10:00:00 AM
 
Archive Date
10/01/2025
 
Point of Contact
Brandon Bartlett, Patrick Enriquez
 
E-Mail Address
brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil
(brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Disclaimer: Due to system errors, the previous solicitation posting did not allow an amendment to be uploaded with the required supporting documentation. Please note that all other terms, conditions, and requirements of this solicitation remain unchanged. Amendment 01 (11 September 2025): The purpose of this amendment is to: Revise Attachment 3 - Performance Work Statement (Dated 11 September 2025) to update from ""three option years"" to ""four option years"" Add Attachment 6 - Wage Determination Add Attachment 7 - Questions and Answers Combined Synopsis/Solicitation Solicitation Number: FA461325Q1026 Purchase Description: PKB IACP Camera System Upgrade and Servicing (Service) The 90th Contracting Squadron is issuing this Combined Synopsis/Solicitation for commercial products and services prepared in accordance with the format in FAR Part 12 and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and no separate written solicitation will be issued. This solicitation is posted to SAM.gov as a 100% Total Small Business Set Aside. Contract Information: Set Aside: 100% Total Small Business Set Aside NAICS Code: 561621 � Security System Services (except Locksmiths) Size Standard: $25M Type of Contract: Firm Fixed-Price Place of Performance: F.E. Warren AFB, WY Period of Performance: 120 calendar days after award The solicitation document and incorporated provisions and clauses are those in effect through the: FAR: FAC 2025-05 effective 7 Aug 2025 DFARS: Change 01/17/2025 effective 1/17/25 DAFFARS: Change 10/16/2024 effective 10/16/24 DESCRIPTION OF ITEM(S): In accordance with the Performance Work Statement, the Contractor shall provide all management, tools, supplies, equipment, labor, transportation, and all other incidentals, including all other indirect/direct costs necessary to perform and ensure the Installation Access Control Points (IACP) Camera System has operational compatibility with the BDOC camera system at F.E. Warren Air Force Base, Wyoming, (FEW AFB), as well as provide servicing as necessary, in accordance with all applicable federal, state, local laws and regulations and the Performance Work Statement dated 11 September 2025. CLIN STRUCTURE: See Attachment 1 � CLIN Structure ATTACHMENT LIST: Attachment 1 � CLIN Structure Attachment 2 - Offeror Response Form Attachment 3 - Performance Work Statement dated 11 September 2025 Attachment 4 - Provisions and Clauses Attachment 5 - Supplemental Clauses Attachment 6 - Wage Determination Attachment 7 - Questions and Answers QUESTIONS: Questions MUST be received no later than Tuesday, September 9, 2025 at 11:00 AM MDT (Mountain Daylight Time). Forward responses by e-mail to: Contract Specialist, Brandon R. Bartlett (brandon.bartlett.2@us.af.mil) Contracting Officer, Patrick C. Enriquez (patrick.enriquez.4@us.af.mil) OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for the award. This is a notice that this order is an open market requirement for IACP Camera System Upgrade and Servicing. Interchanges. The Government intends to award a purchase order without interchanges with respective vendors/quoters. The Government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. DEFINITIONS: Relevant Training is defined as any training resulting in proficiency in installing and configuring various types of surveillance cameras (IP, analog, PTZ, thermal, etc.), recording systems (DVRs, NVRs), and related equipment, understanding of network connectivity, cabling standards, and power requirements for surveillance systems, ability to troubleshoot and resolve common system issues, including camera malfunctions, network connectivity problems, and recording failures, familiarity with relevant electrical codes, safety regulations, and industry best practices for installation and maintenance, knowledge of physical security principles and best practices related to camera placement and system protection, and familiarity with WizeNet Wave software and its associated applications on a Government installation. Past Experience: Any professional experience relating to the physical installation, configuration, testing, and ongoing maintenance of surveillance systems, including cameras, recording devices, network infrastructure, and supporting hardware, and professional experience ensuring systems operate effectively and reliably to meet security requirements. This includes professional experience designing, implementing, and maintaining secure network infrastructure for transmitting and storing surveillance data, ensuring the confidentiality, integrity, and availability of video streams, and developing, implementing, and maintaining video analytics and artificial intelligence (AI) solutions for surveillance systems. Recent, in regard to required experience and relevant trainings, is defined as occurring within the last 4 calendar years from the date of posting of this solicitation. Warranty, must clearly show 5-year coverage; may be from manufacturer or system integrator and include an additional 1-year warranty covering workmanship from the date of project acceptance. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows: Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: EVALUATION: ADDENDUM TO FAR 52.212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors included. Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. The award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers: 1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 2 � Performance Work Statement, showcasing relevant trainings and experience, offeror resume shall include at a minimum 2 years of relevant trainings and required experience. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive. 2. Relevant Past Experience (3 similar projects): Provide detailed information demonstrating your recent (as defined in the solicitation) and relevant experience in performing similar work with WiseNet Wave VMS. 3. Price: The lowest priced quote will be evaluated for technical acceptability first. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined to be fair and reasonable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the Contracting Officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. SUBMISSION REQUIREMENTS: Completed copy of Attachment 2 � Offeror Response Form Three (3) examples (similar projects) describing company past experience from the last 4 years involving installation and configuration of surveillance systems (WiseNet Wave) to include point of contacts if a non-governmental contract. Offerors failing to provide documentation detailing 3 examples of past experience with WiseNet Wave Video Management System (VMS) may be considered non-responsive. Proof of a minimum of 2 years of recent required experience and recent relevant training, as defined at the end of this solicitation to include surveillance camera installation/configuration with WizeNet Wave VMS. Warranty documentation (e.g., manufacturer warranty sheet, integrator statement confirming 5-year coverage) in accordance with Section 1.4.3. of the Performance Work Statement. Specifications/data sheets for any equipment or technology to be installed/provided Firm Fixed Pricing to include Unit Price, Extended Price, and Total Price in accordance with the CLIN structure (Price must include ALL work outlined within the PWS) Discount Terms (if applicable) Electronic submissions only: Email attachments cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions. DO NOT SEND ZIPPED files as the Government�s network will remove all zipped files. Telephone inquiries will NOT be entertained. Quotes shall be limited to no more than ten (10) pages, single spaced, and 12 font size minimum. This page limitation does not include the completed copy of Attachment 1 - Offeror Response Form, or any specification or data sheets. The Government prefers that your firm submits its quote in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. QUOTES: Responses/quotes MUST be received no later than Tuesday, September 16, 2025 at 11:00 AM MDT (Mountain Daylight Time) in order to be considered timely. Forward responses by e-mail to: Contract Specialist, Brandon R. Bartlett (brandon.bartlett.2@us.af.mil) Contracting Officer, Patrick C. Enriquez (patrick.enriquez.4@us.af.mil)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/691ffab7f795402caced37b79e7686d6/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07588814-F 20250914/250912230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.