SOLICITATION NOTICE
58 -- Base Surveillance System
- Notice Date
- 9/12/2025 9:02:55 AM
- Notice Type
- Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA4484 87 CONS PK JB MDL NJ 08641 USA
- ZIP Code
- 08641
- Solicitation Number
- FA448425Q0068
- Response Due
- 9/22/2025 12:00:00 PM
- Archive Date
- 10/07/2025
- Point of Contact
- Lizbette Zalybniuk, Phone: 6097544996, Jhonathan Ramon, Phone: 6097544708
- E-Mail Address
-
Lizbette.Zalybniuk.1@us.af.mil, jhonathan.ramon_andrade@us.af.mil
(Lizbette.Zalybniuk.1@us.af.mil, jhonathan.ramon_andrade@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***A pre-award site visit will be conducted on 17 September 2025 at 10:00 AM. Please meet at the Ft Dix Visitor center at 0900 as we will head out starting 0930. All participating vendors shall submit their contact information no later than 15 September 2025 at 12:00 PM. Please see attached ID Requirements MFR regarding base access.*** ***Questions regarding this solicitation shall be submitted via email to the Contract Specialist, Jhonathan Ramon-Andrade at jhonathan.ramon_andrade@us.af.mil, and the Contracting Officer, Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil no later than 18 September 2025 10:00 AM*** 1.0. Scope: Install and integrate the contractor supplied cameras (incl. licenses) and server using as much of the existing infrastructure as possible. The cameras for this project may be of any brand that is compatible with the JBMDL Camera System and provide similar analytic alarms via Avigilon ACC-7. All cameras and components must be Section 889 of the 2019 NDAA compliant, provide integrated analytic capabilities as part of the standard system and upon completion the system must be FIPS 140-2 compliant. The government will also follow the guidance of E.O. 14005 (25 Jan 21) when selecting a successful vendor. 2.0. Requirements: Purchase, replace and integrate cameras at locations and connect to a contractor supplied server using ACC-7. The Contractor is required to integrate as many of the existing location infrastructure as possible into the new cameras. The new cameras may be of any model proposed during the contractor site walk; the new server is being mandated as an Avigilon Brand Server due to loss of analytic alarms using other brand servers. The contractor will mount the cameras, connect a CATV cable to it, place an in-line power injector on it and terminate the CATV Camera run at the network switch inside the building, the government will assign the appropriate switch port for the camera. There may be locations that require a media converter due to the distance from camera to network switch. This install includes various work heights; a bucket truck will be required for the work. Any removed legacy items may be discarded as trash. SFS will perform escorts in USAF Controlled Areas. Required Items: 0001-NVR6 PRM, FORM D, 200TB, S22 NA- 1 each 0002-H5AMH 4X8MP 3.3-5.7MM ANLYTCS CAM MODULE -10 each 0003-Outdoor surface mount adapter-10 each 0004- Dome bubble and cover; for outdoor- 10 each 0005- Pelco Corner Mount for large pendant wll- 10 each 0006- Optional IR illuminator ring; up to 30m- 10 each 0007- Gigabit 802.3bt 60 W PoE Injector Indoor- 10 each 0008- Unity Enterprise camera channel- 10 each 0009- FIPS Camera license- 10 each 0010- Misc Security Installation Materials - Conduit, wiremold, patch cables, etc- 1 each 0011- Lift Rental- 1 each 0012- Outdoor pendant mount adapter- 1 each 0013- Cable CAT6 23-4P CMP Yellow- 2,500 each 0014- STANDARD LABOR Engineering Services- 120 each 0015- STANDARD LABOR Technician- 384 each 0016- STANDARD LABOR Project Management Services- 128 each 0017- STANDARD LABOR Programming Services- 120 each 0018- Customer Training- 40 each 2.1. Execution: Determined during the contractor site walk. 2.2.1. Each new camera will be capable of providing analytics and the view must be capable of being manipulated on a view screen into a minimum of 40 segments, with each segment being independent of the others for user manipulation. 2.2.2. The networked server will require Security Technical Implementation Guides (STIG) prior to install, during the contractor site walk there will be confirmation that 87th CS has a current copy. The server will use certificate authentication for log-in, this is a system mandate. 2.3. Analytics: All cameras will utilize integrated edge-based analytics that must be capable of allowing the end users to define alarm and unusual activity zones. The system must also have multiple stored video search capabilities; date/time and vehicle or person activity types. 2.4. Storage: The installed cameras will connect by network switch to the JB MDL Network and the supplied server, the new server will connect to an existing Dell Brand 176Tb server that is approved for the JBMDL Network. 3.0. Installation: The installation will include all related equipment to comprise an integrated VMS utilizing approved hardware; successful installation testing and Government acceptance of the system. During the contractor site walk all additional mounts (corner, pole, etc) will be identified and listed per CLIN on the contractor quote. 3.1. The contractor shall install all cameras in contractor supplied protective housings at the facility locations that will meet the coverage requirements. The outdoor cameras will be contained in all-weather vandal proof housings. The camera network of transport shall be via standard Ethernet TCP/IP networking and cables. All cameras will transmit via contractor installed CATV cable imagery (unless existing infrastructure in place) in a sequence of motion through a video industry approved format. At that time the contractor can identify and recommend suitable camera locations after consultation with SFS/ESS personnel to achieve maximum surveillance coverage, image quality and to verify existing infrastructure to complete these requirements. The government reserves the right for SFS/ESS personnel to make the final determination of camera placement due to security needs and the desires of JB MDL leadership, depending on the area monitored the rationale for mounting location may be OPSEC controlled and not disclosed in all cases to the contractor. 3.2. The video network infrastructure shall utilize the JB MDL NIPRNET Backbone. This is a JB MDL customer mandated requirement. 3.3. The contractor shall re-utilize existing government video infrastructure currently in working order (except non-NDAA compliant parts) that can be used to provide coverage in the specified areas listed in Attachment 1 of this document. The contactor shall identify any existing government assets that cannot be made compatible with the new video system in the submitted Proposal. The site walk will be coordinated through the 87 SFS/ESS. The contractor will remove any legacy cameras for which their infrastructure or camera mounts are not re-utilized. All removed cameras will be disposed of. 3.4. The contractor shall include, as an attachment to the Contractor's Proposal, a Gantt chart schedule in at a minimum Adobe Reader .pdf format, and the original format, that details their entire effort from contract award to leaving JB MDL after completion of the installation. 3.5. The contractor shall provide at completion all product manuals, guides, an IP address table and specific map locations for the installed equipment. This includes a mounting location, the camera serial number and MAC address for each installed camera. 3.6. The contractor shall provide any electrical work needed to complete the installation and integration into the existing camera system infrastructure. 3.7. The contractor shall provide any other ancillary utility work and shall coordinate with the 87 SFS, who will then coordinate with any other appropriate JB MDL agency. 3.8. Training: No training is necessary if using Avigilon Products. 4.0. INFORMATION ASSURANCE: Note: Since the customer has mandated the use of the base NIPRNET as the primary backbone infrastructure for this system the following DIACAP requirements are mandated with no exclusions. 4.1. INFORMATION ASSURANCE DOCUMENTS The new system shall comply with the following DoD policy documents or latest versions (http://iase.disa.mil provides the latest version of the following DoD documents and STIGs): - DoD Directive 5000.1, The Defense Acquisition System (ref (a), (j), and (k)). - Department of Defense Directive (DoDD 8500.1, Information Assurance (IA). - Department of Defense Instruction (DoDI 8500.2, Information Assurance (IA) Implementation. - 10 U.S.C. Section 2224, Defense Information Assurance Program. - Office of Management and Budget Circular A-130, Appendix III, Management of Federal Information Resources. - AFI 33-202V1, Network and Computer Security, 03 February 2006. - Database STIG, Version 7, Release 2, 30 November 2005. - Network Infrastructure STIG, Version 6, Release 4, 16 December 2005. - UNIX Security STIG, Version 4, Release 4, 15 September 2003. - WEB Server STIG, Version 5, Release 1, 29 October 2004. - WINDOWS NT/2000/XP Addendum, Version 5, Release 1, 29 August 2005. 4.2. INFORMATION ASSURANCE SUPPORT REQUIREMENTS DoDD 8500.1 states ""Information assurance requirements shall be identified and included in the design, acquisition, installation and operation, upgrade, or replacement of all DoD information systems in accordance with 10 U.S.C. Section 2224, Office of Management and Budget Circular A-130, Appendix III, DoD Directive 5000.1 (reference (a), (j) and (k)), DoDD 8500.1 and DoDI 8500.2, and other IA related DOD and Air Force regulations and guidance as issued. All DoD information systems shall maintain an appropriate level of confidentiality, integrity, authentication, non-repudiation, and availability that reflect a balance among the importance and sensitivity of the information and information assets; documented threats and vulnerabilities, the trustworthiness of users and interconnecting systems; the impact of impairment or destruction to the DoD information system; and cost effectiveness. Interoperability and integration of IA solutions within supporting the Department of Defense shall be achieved through adherence to an architecture that will enable the evolution to network centric warfare by remaining consistent with the Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance Architecture Framework, and a defense-in-depth approach. This combination produces layers of technical and non-technical solutions that: provide appropriate level of confidentiality, integrity, authentication, non-repudiation, and availability; defend the perimeters of enclaves; provide appropriate degrees of protection to all enclaves and computing environments; and make appropriate use of supporting IA infrastructures, to include robust key management and incident detection and response."" The contractor shall incorporate all applicable technical, procedural, and system documentation associated with federal, Department of Defense (DoD), and Air Force information assurance (IA) policy and requirements for systems that transmit and manage sensitive but unclassified (SBU) data traffic. The contractor shall also provide support to the following IA requirements: - Provide support and documentation for the initial ""type accreditation"" in process. - Provide system information up to the component and program level to the Base security engineering team at the Critical Design Review (CDR). - Provide access to the system and engineering support to the security engineering team so that the team can perform requisite system security assessment(s), and catalog identified risks and mitigating security controls into a plan of action and milestones (POA&M) prior to acceptance test. - Implement technical security controls, settings, and mitigation measures identified by the security engineering team prior to acceptance test. - Provide system administration, access, and engineering support to the certification engineering team and installation management personnel during installation certification activities after acceptance test and prior to system burn-in. - Provide system information and security assistance to the certification authority and certification agents during certification recommendation and accreditation decisions. - Obtain information assurance vulnerability alert, system patches, and anti-virus updates from applicable original equipment manufacturers (OEM), industry, and government sources when published; evaluate each update against system components for operational impact; and periodically deliver and implement each update onto applicable system components throughout the operations and maintenance phase of the system lifecycle. This contractor support shall occur on a quarterly basis, or as required by the Department of the Air Force at a minimum, however, the contractor shall obtain, evaluate, deliver, and implement applicable updates more frequently should update sources indicate a particular update requirement to be a high priority (e.g., required response to a significant virus or denial of service attack). The contractor shall report all associated update activity to the Base POC on a quarterly basis. - Ensure that all Prime Sites comply with all applicable physical and environmental security controls for MAC III systems processing sensitive information identified within DoDI 8500.2, Information Assurance Implementation. - Systems that connect to DoD systems must maintain a level of security equal to the DoD system. Outside agencies have to follow the same policies as DoD and a Memorandum of Agreement has to be established. Outsourcing of management or IA has to be approved by the COI and a formal risk assessment is required. 4.3. INFORMATION ASSURANCE SYSTEM REQUIREMENTS The new system shall provide the additional features to support the IA requirements: - Time Reference Subsystem - To synchronize log and event recording and maintain a time reference to facilitate data analysis and evaluation. The proposal shall indicate the criteria for and the stability level (stratum) selected and system implementation. - Enclave Boundary Defense- To support remote communications, provide equipment that satisfies the sensitive information, and enclave boundary defense requirements of DODI 8500.2. This feature shall be priced as an option. - Secure Network Infrastructure Communications - All infrastructure management and user information that is passed across the network shall be encrypted using a secure communications method (e.g., SSL, SSH, IP Sec). - Intrusion Detection - Provide an Intrusion Detection Systems (IDS) to monitor the system for unauthorized activities. Also, provide management and control capabilities for the IDS. This feature shall be priced as an option. - System Update Service - Provide a centralized distribution point for patch management and anti-virus updates for all the components within the system using Citadel Hercules management system. Software license for Hercules will be provided by the Government. - Centralized Log Server - Consolidate all of the log files from all components and provide a mechanism to back up the log files to media. - Auditing - Audit the logon and actions for all system components by user and send the audit logs to different media or a centralized server. - Backup/Restore - Provide a mechanism to backup configuration files and operating systems and a capability to restore the data. - Include and support all IA activities necessary to meet DoD and Air Force IA requirements and comply with RMF as a part of the Camera implementation. 4.4. IA CERTIFICATION SUPPORT The contractor shall provide system administration, access, and engineering support to the 87 SFS who will then coordinate with the IA certification team during the IA certification activities after acceptance test and prior to system burn-in. IAW AFMAN 17-1303 Cybersecurity Workforce Improvement Program meet the minimum 8570 Baseline requirement for Certification. 5.0. PROGRAM REQUIREMENTS: 5.1. Security and Privacy. Integration team members will be required to provide their full name, date of birth, and drivers' license number and state of issue for base access vetting. All Privacy Act information will be protected accordingly. Information is required for background checks due to the anti-terrorism/force protection initiatives currently in place. The Government reserves the right to deny access to any personnel with a criminal history based upon the JB MDL Joint Integrated Defense Plan. The Government will provide the contractor access to facilities from the commencement of the contract until task completion. This includes Bldg, 1907A for the server installation. Contractor personnel shall comply with all AF rules, regulations and security requirements. These rules, regulations and security requirements include, but are not limited to, the following: presenting valid identification for base entrance, obtaining and using vehicle passes for all contractor-owned and/or privately owned vehicles, obeying all posted directives, and providing strict adherence to Security Forces direction in instances where Security Forces have dispatched to a particular location. 5.2. Secure Areas: The contractor shall ensure all employees comply with all security requirements imposed by the local installation commander at all times, and shall follow all instructions of the organizational commander having jurisdiction over the area being serviced in all matters pertaining to security. The contractor and his personnel shall be required to coordinate and schedule all work in restricted or controlled areas with the 87 SFS/ESS representatives a minimum of three (3) calendar days prior to entering these areas. 5.3. Testing: The contractor's Test Plan shall, at a minimum, detail the work to be completed (any applicable testing that can be done) at the 50% and 70% completion points and how the contractor shall test by demonstration the connection to the VMS at the 100% completion point. 5.4. The contractor shall provide layout and detailed drawings showing position and configuration of all work and equipment being installed. Theses drawing(s) shall be provided as attachments to the Contractor's Proposal and in electronic file format. 5.5. All signal conductors outside component enclosures must be enclosed in rigid, heavy wall conduit or intermediate metal conduit (IMC); enamel or latex coated for a salt-spray marine environment. Power cable from the Control Units and the Monitor Cabinet to their respective junction boxes may be in outdoor electrical metal tubing (EMT) or industrial plastic tubing with appropriate coating for this environment. 5.6. The successful contractor shall comply with DoD Environmental Baseline Guidance. The contractor shall be responsible for characterization, transportation, storage and disposal of any waste generated, to include hazardous waste. No materials (hazardous or non-hazardous) or waste (hazardous or non-hazardous) shall be left on the Base without prior approval from the contracting officer. 5.7. The contractor shall be responsible for packaging, shipping, and delivering all required tools, materials, and equipment necessary for project completion to the Base and Work Site. The contractor shall advise the contracting officer when the equipment is scheduled for delivery. 5.8. Contractor shall provide their own equipment to extend electrical service to the various work areas where no current electric power is available. 6.0. GOVERNMENT RESPONSIBILITIES: 6.1. The Government will provide communication infrastructure between buildings as Category 5 UTP or one Fiber Optic pair. In the event that this existing communications infrastructure is inadequate for completing the systems installation then the contractor will provide that additional network connectivity, subject to the approval of the 87th Communications Squadron/SCXP Projects Officer. 6.2. 60 HZ electric power is available on site to support the start of installation, but not in specific proposed camera or allied equipment locations. The contractor shall provide for all additional electric power required to complete the system installation, subject to the approval of the 87 SFS representatives. 6.3. The Government will provide access to all base areas required for project completion. Entrance to sensitive areas will be coordinated to minimize disruption to unit missions. The Government is responsible for providing an escort for the contractor into priority level resources and controlled areas. If contractors have the required clearance information, these personnel may be issued appropriate Air Force credentials. 7.0. SCHEDULED SERVICE INTERRUPTIONS: 7.1. Base Defense Operations Center (BDOC), Alternate (BDOC), 87 Wing Command Post (WCP), 108 WCP, 87 Crisis Action Team (CAT), Alternate CAT Bldg. 2901 may be operational 24-hours-per-day, 7-days-per-week, 365-days-a-year. When the contractor must schedule an interruption to the existing system while performing work for this effort, the work shall be done at a time that causes the least inconvenience to the system users. The contractor shall notify and obtain approval from the 87 SFS/ESS representatives as specified one (1) working day in advance of any scheduled interruption. The contractor shall specify the starting time and duration of the interruption, along with what alarmed facilities or other equipment will be affected. The contractor shall provide verbal notification to the C4I office immediately after service has been restored. An acceptance test shall be successfully conducted prior to contractor departure. Additionally, each of the specified gates may experience lane closures for a short length of time. If a gate or lane closure is needed, the contractor shall contact the 87 SFS/ESS representatives at least (3) days prior so that the appropriate measures can be taken. The 87 SFS will provide all traffic control and traffic safety measures as required. 8.0. SUPPORT, TRAINING AND DATA: 8.1. For Non-Avigilon Cameras: The contractor shall provide Administrator Level training for up to 20 personnel immediately after successful installation, successful testing of the system, and Government acceptance of the system. The date/time for this training shall be coordinated with the JB MDL customers specified at time of the contractor pre-proposal conference and Security Forces at least 7 business days prior to the training. 8.2. The contractor shall also provide the availability of web-based user training indefinitely. 8.3. All information and data to include, but not limited to, drawing, schematics, diagrams, manuals, guides and documentation shall be provided to the Government. The contractor will provide 'As Built Drawings' in Excel or PDF format. 9.0. WARRANTY: Warranty shall extend for a minimum of four years from government acceptance, with preference shown for extended terms without added cost. The warranty shall indicate the minimum response times for repairing system outages. 10.0. REFERENCES: When any of these publications is superseded the most current version on the day of award will prevail. - Memorandum From USAF/A7S, dated 13 Jun 2008 - DoD 5200.08-R, ""Physical Security Program,"" April 9
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/22f2fccc89ab4b64acd734b37569b711/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08641, USA
- Zip Code: 08641
- Country: USA
- Zip Code: 08641
- Record
- SN07589270-F 20250914/250912230045 (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 |