Replacement of IRS Physical Access Control Systems
Summary of important facts, details, and requirements
- Location of work
- Lanham, MD, USA
- Bids due date
- September 15, 2023
- Department and office
- TREASURY, DEPARTMENT OF THE
NATIONAL OFFICE - PROCUREMENT OITA - Set aside
- N/A
This contract is for the replacement of failing, obsolete, and insecure IRS Physical Access Control Systems (PACS) with enterprise Physical Access Control Systems (EPACS) at various IRS locations throughout the continental United States. The purpose of this acquisition is to ensure continued physical access, maintain current security levels, and comply with Homeland Security Presidential Directive Twelve (HSPD-12) and Office of Management and Budget (OMB) Directive 11-11. The selected contractor must have working knowledge of 'IDENTIV PACS' hardware and software capabilities. The contract includes a 12-month base period and four 12-month option periods. Task Orders will be issued based on funding availability and service needs. Construction type services are performed as part of the PACS installation services, and the Davis Bacon Act (DBA) applies to this acquisition. The contractor must ensure compliance with all changes to the DBA wage rates.
Requirements:
- - Replace failing, obsolete, and insecure IRS Physical Access Control Systems
- - Comply with Homeland Security Presidential Directive Twelve (HSPD-12) and Office of Management and Budget (OMB) Directive 11-11
- - Use 'IDENTIV PACS' hardware for interoperability with existing agency-supported identification management systems and logical access requirements
- - Perform construction type services as part of the PACS installation services
- - Ensure compliance with Davis Bacon Act (DBA) wage rates
Deliverables:
- - Replacement of IRS Physical Access Control Systems with enterprise Physical Access Control Systems (EPACS)
- - Continued physical access and maintenance of current security levels
- - Compliance with FISMA and HSPD-12 requirements
- - Task Orders based on funding availability and service needs
Physical Access Control System Pre-Solicitation and Site Survey Notice
Full details from SAM.gov
- Location of work
- Lanham, MD, USA
- Bids due date
- September 15, 2023
- Department and office
- TREASURY, DEPARTMENT OF THE
NATIONAL OFFICE - PROCUREMENT OITA - Set aside
- N/A
9/8/23-This modification is to upload the documents that were amended as a result of the Government's responses to vendor questions. The following documents have been updated: 1) ATTACHMENT 3 - 5 year Equipment Pricing v2 Updated, 2) ATTACHMENT 4a - TASK ORDER 001 PWS Updated 90823, and 3) II_1 Solicitation - RFQ Amendment. PWS updates are in red font. RFQ updates to Section V are in red font and yellow highlights. The Government's response to questions have been uploaded. 9/8/23-The purpose of this modification is to provide Government responses to vendor questions. The Q&A is uploaded as an Attachment titled "RFQ Questions - Govt Responses 2032H5-23-Q-00084_090823." Updated documents based on responses to vendor questions will be uploaded by COB on Friday, September 8, 2023. 9/7/23-This solicitation has been modified to update Attachment 5 Past Performance Questionnaire. The Past Performance Questionnaire should be submitted to shantice.m.wright@irs.gov. The Government anticipates establishing a single award Blanket Purchase Agreement (BPA) under the GSA Multiple Award Schedules (MAS) 334290PACS Physical Access Control Systems (PACS) FIPS 201 for the acquisition and installation and/or upgrade of physical security equipment (enterprise Physical Access Control System) EPACS)) at various IRS locations throughout the continental United States. The IRS is required to procure physical security equipment, inclusive of relative construction services to comply with Homeland Security Presidential Directive Twelve (HSPD-12) and Office of Management and Budget (0MB) Directive 11-11. The purpose of this acquisition is to replace the failing, obsolete and insecure IRS Physical Access Control Systems to assure continued physical access and maintain current security levels and assure compliance with FISMA and HSPD-12 requirements. The Government intends to require the use of hardware items peculiar to the manufacturer of "IDENTIV" brand name items. A limited sources justification will be posted. The selected contractor shall have working knowledge of "IDENTIV PACS" hardware and their software capabilities. The use of "IDENTIV" items is required for interoperability with existing agency-supported identification management systems and logical access requirements. The anticipated period of performance (PoP) for the BPA includes a 12-month base period and four (4) 12-month option periods. It is anticipated that Task Orders will be issued against the subsequent BPA based on funding availability and need of services. Although this is not a construction contract, construction type services are performed as part of the PACS installation services. Davis Bacon Act (OBA) applies to this acquisition and OBA wage rates will be applicable. The selected contractor is required to ensure compliance with all changes to the OBA wage rates. Important Dates: Proposal due date is Friday, September 15, 2023, 1 0:00AM EST Non-Disclosure Agreement to request draft site drawings is due Thursday, August 31, 3:30PM EST Questions are due Wednesday, September 6, 2023 2:00PM EST Attachments: RFQ 2032H5-23-Q-00084 - DUE 9152023 ATTACHMENT 1 - Labor Category and Descriptions ATTACHMENT 2 - Labor Category and Rates Pricing Worksheet ATTACHMENT 3 - 5 year Equipment Pricing Worksheet v2 ATTACHMENT 4a - TASK ORDER 001 PWS ATTACHMENT 4b - TASK ORDER 001 Pricing Schedule ATTACHMENT 5 - Past Performance Questionnaire ATTACHMENT 6 - Non-disclosure Agreement ATTACHMENT 7 - Fill in Provisions and Clauses ATTACHMENT 8 - QASP - EPACS FSL-2BPA ATTACHMENT A - EPACS IDIQ SITE LIST ATTACHMENT B - Identiv Velocity Certification Requirements - 2023 Draft DBA Wage Rates (Please ensure compliance with latest DBA Wage Rates)