Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

63 -- Synopsis-Intent to publish solicitation for Increment 2 of the Automated Installation Entry (AIE) System

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY09R0011
 
Response Due
5/15/2009
 
Archive Date
7/14/2009
 
Point of Contact
alvesr, (508) 233-5922<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, MA in support of the Joint Program Executive Office-Chemical and Biological Defense, Joint Project Manager-Guardian Product Manager-Force Protection Systems (PM-FPS) has a need for Increment 2 of an Automated Installation Entry (AIE) System that can automate the verification, authentication, and entry of personnel and vehicles into military installations. The Increment 2 AIE requirement minimizes the guard force requirements while maintaining or increasing personnel and vehicle throughput. It also enables adaptation of increased authentication requirements at increased threat levels. Increment 2 is totally independent of Increment 1 and will likely result in fielding of Increment 2 AIE systems at approximately 40 military installations throughout the United States. The capability primarily consists of integrated commercial off-the-shelf (COTS) products. The Government anticipates releasing a Request for Proposal (RFP) on or about May 28, 2009 that will be open for thirty (30) days. It is anticipated that the RFP will result in a single-award, Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity Contract. The scope-of-work under this contract will include design, fielding, testing, training, and interim logistics support. The Government anticipates that the awarded contract will be for a one-year base period with four (4) one year options for a total estimated maximum contract value of $182 million. The estimated award date is August 31, 2009. This procurement is a full and open competition with small business subcontracting requirements. Comments related to this synopsis should be submitted via email no later than 03:00 PM Eastern Standard Time on Friday, May 15, 2009 to the following Natick Contracting Division contact David.W.Mark@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=741eab36c480e8151286b78cea0a2234&tab=core&_cview=1)
 
Place of Performance
Address: Joint Program Executive Office-Chemical and Biological Defense ATTN: Joint Project Manager-Guardian, Product Manager-Force Protection Systems, 5900 Putnam Rd Ft. Belvoir VA<br />
Zip Code: 22060-5420<br />
 
Record
SN01800613-W 20090425/090423220532-741eab36c480e8151286b78cea0a2234 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.