DOCUMENT
AIE-Next Industry Day - Brief (FINAL) - 23JUN22 (v2).pdf
OVERVIEW
Original Source
Contract Opportunity
Related Opportunity
Related Agency
Posted
June 23, 2022
Type
.pdf
Size
1.59MB
Profiled People
DOCUMENT PREVIEW
EXTRACTED TEXT
Automated Installation Entry (AIE)-Next Industry Day
Product Manager Force Protection Systems
Thursday, 23 June 2022
CPT Stephen Loman
Assistant Product Manager, AIE
703-704-3294
stephen.j.loman.mil@army.mil
Danny Lester
ACC-Belvoir Contracting Officer
703-704-0818
danny.w.lester.civ@army.mil
Brian Petchel
ACC-Belvoir Contract Specialist
757-803-7554
brian.k.petchel.civ@army.mil
Ground Rules / Administrative Information
The briefing is for informational purposes only the AIE-Next RFP governs
requirements
All participants will be muted during the duration of the presentation
No recording
No video/webcam feeds (to conserve bandwidth)
Questions regarding todays presentation should be submitted via the instructions found on
Slide #4
The Government will post answers to all questions received regarding the Draft RFP and
during the Industry Day presentation / one-on-one discussions to SAM.gov
Contracting Officer is the focal point for the exchange of any information; for Contracting
Officer contact information see Slide #5
Contracting Officer will lead One-on-One meetings with Offerors
One-on-One discussions will take place following this briefing; see Slide #30 for more
information
TIME
(EST)
BRIEFER
EVENT
Agenda
Welcome / Ground Rules
Administrative Information
Agenda
Opening Comments
Coordinating Instructions
Introductions
Purpose
0800 - 0815
PM FPS
APM, AIE
0815 - 0830
APM, AIE
AIE Program Overview
0830 - 0855
Contract Overview
0855 - 0900
APM, AIE
Closing Comments
Opening Comments
LTC Curtis E. Brooker
Product Manager Force Protection Systems
Fort Belvoir, VA
Question Submission
Please submit all questions to: https://www.sli.do/
(Participant code: #2779710)
QR Code:
The Government will stop accepting questions regarding this Industry
Day presentation via Slido at 1700 (EST) today, 23 June 2022
Contracting Officer (KO) Contact Information
Contracting Officer
Danny Lester
ACC-Belvoir Contracting Officer
703-704-0818
danny.w.lester.civ@army.mil
Contracting Specialist
Brian Petchel
ACC-Belvoir Contract Specialist
703-704-1275
brian.k.petchel.civ@army.mil
All communications, questions, and requests for information (RFI) will be
sent to the Contracting Officer and carbon copy to the Contracting Specialist
Introductions
Product Manager
Force Protection Systems (PM FPS)
Army Contracting Command APG Belvoir
Danny Lester, Contracting Officer
danny.w.lester.civ@army.mil
703-704-0818
Brian Petchel, Contracting Specialist
brian.k.petchel.civ@army.mil
703-704-1275
Army Materiel Command Legal APG Belvoir
David Machado
david.a.Machado.civ@army.mil
703-704-3857
LTC Curtis Brooker, PM FPS
curtis.e.brooker.mil@army.mil
703-704-2416
Joseph Wieland, DPM FPS
joseph.m.wieland.civ@army.mil
703-704-2416
Michael Doney, PO IPSS
michael.v.doney.civ@army.mil
703-704-1422
CPT Stephen Loman, APM, AIE / APO IPSS
stephen.j.loman.mil@army.mil
703-704-3294
Stacy Stickney, SAM, AIE
stacy.e.stickney.civ@army.mil
703-704-2589
AIE-Next Industry Day Purpose
The purpose of the AIE-Next Industry Day is two-fold:
o First, it informs Industry of the Governments intent to procure the insertion of
Commercial Off-the-Shelf (COTS) technology for previously fielded AIE systems,
AIE system deployment to new CONUS and OCONUS Installations, first-year
Contractor Logistics Support (CLS), and optional CLS support beyond the first
year (to include previously fielded AIE systems).
o Secondly, this event affords the Government the opportunity to elicit Industry
feedback and recommendations for improving the AIE-Next solicitation.
AIE Program Overview
AIE Program Overview
Assistant Product Manager (APM), AIE
CPT Stephen Loman
PM Force Protection Systems
703-704-3294
stephen.j.loman.mil@army.mil
AIE Program Overview
AIE background information:
o US Army Defense Business System Category (BCAT) II program
o Program Management Office (PMO) PM FPS; headquartered at
Fort Belvoir, VA
o Functional Sponsor US Army Provost Marshall General (PMG);
Physical Security Division (PSD); located in the Pentagon
o Milestone Decision Authority (MDA) PEO Intelligence Electronic
Warfare and Sensors (IEW&S); headquartered at Aberdeen Proving
Ground, MD
Currently fielded 81 of 98 Installations
AIE was first procured in December 2008 (AIE-1)
Program is currently on its third iteration (AIE-3)
AIE Program Objectives
Goal: to achieve an AIE Defense Business System (DBS) based on the AIE
Capability Requirements Document (CRD) (Part 2) and other strategic Army
guidance.
Objectives:
o Maintain policy compliance for Initial and Continuous Security Vetting
o Improve Traffic and Visitor Ease of Access while Maintaining Security
o Develop Return on Investment:
Installation-Level = Manpower reductions/repurpose via technology; increased
throughput with enhanced security capabilities
Program-Level = Life cycle cost reductions via continuous business process
improvement
Replace and off-ramp non-enterprise, non-compliant systems (non-AIE)
Desired End-State: an Electronic Physical Access Control System that meets
PMG requirements and has a supporting contract structure that addresses three
key areas: System Deployment/Technology Refresh Efforts; Technology
Insertion; and Software Integration/Sustainment.
AIE-Next Objectives
AIE-Next supports the Capability Support phase of the Defense Business
System (DBS), Business Capability Acquisition Cycle (BCAC).
The technology management approach is to maintain and build upon
current capabilities and implement improved data analysis and modeling
capabilities.
Field AIE-Next up to 92 new Installations (CONUS and OCONUS).
The AIE PMO plans to execute Delivery Orders for the insertion of two
major capabilities:
1) Biometric Facial Recognition (30 planned Installations)
2) Enhanced Security Pedestrian Gates (30 planned Installations)
AIE System Capabilities View
Visitor Control Center
(VCC)
Registration Workstation
Local
State Police
Local and State Warrants
Local Rap Sheets
Local DMV DL Status and
Photo (~37 States)
National Law Enforcement
Telecommunications
System (NLETS)
DATA CENTER
NCIC III Federal Criminal History
50 States Criminal History,
DMV DL Status and Photo
(~37 States)
Known or Suspected Terrorist List
KIOSK
Identity Proofing
Vetting NCIC III
IMESA Registration
AIE Cloud
Enterprise Data Center
Server
Local
Database
Joint
Regional
Security
Stack
Local
Network EnterpriseCenter
On-Line Visitor
Registration
Personal PC
RFID Express Lane
Vehicle Lane
Defense Manpower
Data Center
Identity Matching
Engine for Security
Analysis (IMESA)
Continuous Vetting
Federal Wants &
Warrants, Debarments,
BOLO, TSDB
DEERS ID Status
Track Local Population
IMESA Returns PII
Data and known
Security Alerts
(BA, WA, TS, etc)
In-Lane Crossmatch National
Law Enforcement
Telecommunications Systems
(Nlets) activated handhelds
support full vetting and
registration at designated lanes
Scan Results and Alerts
Sent Direct to Handheld
AIE-Next Operational View (OV-1)
NCIC III
Cloud
Services
Visitor Control Center
IMESA
Enabling
Technologies
Initial
Vetting
Pedestrian
Continuous
Vetting
Tier 1
Tier 2
Remote ACP
Cellular Wireless
Biometric Recognition
Cell
Tower
Future
Registration Kiosk
Online
Registration
Home Computer
*Note: next generation of AIE systems will include Biometric Facial Recognition and Enhanced Security Pedestrian Gates
AIE Access Control Scenarios
DISA Cloud
UNREGISTERED VISITOR LANE
REGISTERED PERSONNEL LANE
GO
RFID
Family arrives to
attend graduation
but didnt register in
advance. Handheld
scan DL and collect
additional
information to
register (Name,
Photo, SSN, and
DoB)
Automated NCIC III
vetting Returns Go / No-
Go decision only
Trusted Traveler CAC/Teslin use
Express Lane
Taxi/Uber/Lyft driver registered via
the web and transports CAC holder
passenger onto Installation. Non
CAC/teslin passenger dropped at VCC
CAC, Teslin, DBIDS Card holders use
RFID Express Lane
Visitors registered online use regular
lanes with DL or printed visitor pass
VCC Kiosk Registration
Guard adjudicates NO-GOs
on NCIC Terminal or Patrol
does the same
VISITOR CONTROL CENTER
Visitor WEB registration
Contract Overview
Contracting Officer
Danny Lester
ACC-Belvoir Contracting Officer
703-704-0818
danny.w.lester.civ@army.mil
RFP Overview
Award Single award, Indefinite Delivery, Indefinite Quantity (IDIQ)
Contract Type:
o Firm-Fixed Price (FFP); Full and Open Competition
o Six-year Period of Performance (PoP)
Ceiling $293M
Award Schedule (Target Dates):
o Issue RFP
o Questions due from Offerors
o Proposals Due
o Projected Award
Tuesday, 6 September 2022
Tuesday, 20 September 2022
Tuesday, 18 October 2022
September 2023
Fieldings Delivery Orders (DO) will be awarded for Installation site survey, site design,
hardware/software acquisition, integration, fielding, cybersecurity, and CLS/Warranty
support
RFP Overview (continued)
RFP Number: W909MY-22-R-G008
Draft RFP has been posted to SAM.gov
https://sam.gov/opp/894a9121f79d49a69263dd06c8bb60a4/view
Period of Performance (PoP): 72 months / 6 years
o Base Period 24 months
o Option Year 1 12 months
o Option Year 2 12 months
o Option Year 3 12 months
o Option Year 4 12 months
1) Technical
2) Price / Cost
3) Past Performance
4) Small Business Participation
Award based on best overall proposal (i.e., best value), four (4) evaluation factors:
RFP Overview (continued)
Award will be made to the single responsible Offeror whose offer is determined to
be the most beneficial to the
Product Manager Force Protection Systems
Thursday, 23 June 2022
CPT Stephen Loman
Assistant Product Manager, AIE
703-704-3294
stephen.j.loman.mil@army.mil
Danny Lester
ACC-Belvoir Contracting Officer
703-704-0818
danny.w.lester.civ@army.mil
Brian Petchel
ACC-Belvoir Contract Specialist
757-803-7554
brian.k.petchel.civ@army.mil
Ground Rules / Administrative Information
The briefing is for informational purposes only the AIE-Next RFP governs
requirements
All participants will be muted during the duration of the presentation
No recording
No video/webcam feeds (to conserve bandwidth)
Questions regarding todays presentation should be submitted via the instructions found on
Slide #4
The Government will post answers to all questions received regarding the Draft RFP and
during the Industry Day presentation / one-on-one discussions to SAM.gov
Contracting Officer is the focal point for the exchange of any information; for Contracting
Officer contact information see Slide #5
Contracting Officer will lead One-on-One meetings with Offerors
One-on-One discussions will take place following this briefing; see Slide #30 for more
information
TIME
(EST)
BRIEFER
EVENT
Agenda
Welcome / Ground Rules
Administrative Information
Agenda
Opening Comments
Coordinating Instructions
Introductions
Purpose
0800 - 0815
PM FPS
APM, AIE
0815 - 0830
APM, AIE
AIE Program Overview
0830 - 0855
Contract Overview
0855 - 0900
APM, AIE
Closing Comments
Opening Comments
LTC Curtis E. Brooker
Product Manager Force Protection Systems
Fort Belvoir, VA
Question Submission
Please submit all questions to: https://www.sli.do/
(Participant code: #2779710)
QR Code:
The Government will stop accepting questions regarding this Industry
Day presentation via Slido at 1700 (EST) today, 23 June 2022
Contracting Officer (KO) Contact Information
Contracting Officer
Danny Lester
ACC-Belvoir Contracting Officer
703-704-0818
danny.w.lester.civ@army.mil
Contracting Specialist
Brian Petchel
ACC-Belvoir Contract Specialist
703-704-1275
brian.k.petchel.civ@army.mil
All communications, questions, and requests for information (RFI) will be
sent to the Contracting Officer and carbon copy to the Contracting Specialist
Introductions
Product Manager
Force Protection Systems (PM FPS)
Army Contracting Command APG Belvoir
Danny Lester, Contracting Officer
danny.w.lester.civ@army.mil
703-704-0818
Brian Petchel, Contracting Specialist
brian.k.petchel.civ@army.mil
703-704-1275
Army Materiel Command Legal APG Belvoir
David Machado
david.a.Machado.civ@army.mil
703-704-3857
LTC Curtis Brooker, PM FPS
curtis.e.brooker.mil@army.mil
703-704-2416
Joseph Wieland, DPM FPS
joseph.m.wieland.civ@army.mil
703-704-2416
Michael Doney, PO IPSS
michael.v.doney.civ@army.mil
703-704-1422
CPT Stephen Loman, APM, AIE / APO IPSS
stephen.j.loman.mil@army.mil
703-704-3294
Stacy Stickney, SAM, AIE
stacy.e.stickney.civ@army.mil
703-704-2589
AIE-Next Industry Day Purpose
The purpose of the AIE-Next Industry Day is two-fold:
o First, it informs Industry of the Governments intent to procure the insertion of
Commercial Off-the-Shelf (COTS) technology for previously fielded AIE systems,
AIE system deployment to new CONUS and OCONUS Installations, first-year
Contractor Logistics Support (CLS), and optional CLS support beyond the first
year (to include previously fielded AIE systems).
o Secondly, this event affords the Government the opportunity to elicit Industry
feedback and recommendations for improving the AIE-Next solicitation.
AIE Program Overview
AIE Program Overview
Assistant Product Manager (APM), AIE
CPT Stephen Loman
PM Force Protection Systems
703-704-3294
stephen.j.loman.mil@army.mil
AIE Program Overview
AIE background information:
o US Army Defense Business System Category (BCAT) II program
o Program Management Office (PMO) PM FPS; headquartered at
Fort Belvoir, VA
o Functional Sponsor US Army Provost Marshall General (PMG);
Physical Security Division (PSD); located in the Pentagon
o Milestone Decision Authority (MDA) PEO Intelligence Electronic
Warfare and Sensors (IEW&S); headquartered at Aberdeen Proving
Ground, MD
Currently fielded 81 of 98 Installations
AIE was first procured in December 2008 (AIE-1)
Program is currently on its third iteration (AIE-3)
AIE Program Objectives
Goal: to achieve an AIE Defense Business System (DBS) based on the AIE
Capability Requirements Document (CRD) (Part 2) and other strategic Army
guidance.
Objectives:
o Maintain policy compliance for Initial and Continuous Security Vetting
o Improve Traffic and Visitor Ease of Access while Maintaining Security
o Develop Return on Investment:
Installation-Level = Manpower reductions/repurpose via technology; increased
throughput with enhanced security capabilities
Program-Level = Life cycle cost reductions via continuous business process
improvement
Replace and off-ramp non-enterprise, non-compliant systems (non-AIE)
Desired End-State: an Electronic Physical Access Control System that meets
PMG requirements and has a supporting contract structure that addresses three
key areas: System Deployment/Technology Refresh Efforts; Technology
Insertion; and Software Integration/Sustainment.
AIE-Next Objectives
AIE-Next supports the Capability Support phase of the Defense Business
System (DBS), Business Capability Acquisition Cycle (BCAC).
The technology management approach is to maintain and build upon
current capabilities and implement improved data analysis and modeling
capabilities.
Field AIE-Next up to 92 new Installations (CONUS and OCONUS).
The AIE PMO plans to execute Delivery Orders for the insertion of two
major capabilities:
1) Biometric Facial Recognition (30 planned Installations)
2) Enhanced Security Pedestrian Gates (30 planned Installations)
AIE System Capabilities View
Visitor Control Center
(VCC)
Registration Workstation
Local
State Police
Local and State Warrants
Local Rap Sheets
Local DMV DL Status and
Photo (~37 States)
National Law Enforcement
Telecommunications
System (NLETS)
DATA CENTER
NCIC III Federal Criminal History
50 States Criminal History,
DMV DL Status and Photo
(~37 States)
Known or Suspected Terrorist List
KIOSK
Identity Proofing
Vetting NCIC III
IMESA Registration
AIE Cloud
Enterprise Data Center
Server
Local
Database
Joint
Regional
Security
Stack
Local
Network EnterpriseCenter
On-Line Visitor
Registration
Personal PC
RFID Express Lane
Vehicle Lane
Defense Manpower
Data Center
Identity Matching
Engine for Security
Analysis (IMESA)
Continuous Vetting
Federal Wants &
Warrants, Debarments,
BOLO, TSDB
DEERS ID Status
Track Local Population
IMESA Returns PII
Data and known
Security Alerts
(BA, WA, TS, etc)
In-Lane Crossmatch National
Law Enforcement
Telecommunications Systems
(Nlets) activated handhelds
support full vetting and
registration at designated lanes
Scan Results and Alerts
Sent Direct to Handheld
AIE-Next Operational View (OV-1)
NCIC III
Cloud
Services
Visitor Control Center
IMESA
Enabling
Technologies
Initial
Vetting
Pedestrian
Continuous
Vetting
Tier 1
Tier 2
Remote ACP
Cellular Wireless
Biometric Recognition
Cell
Tower
Future
Registration Kiosk
Online
Registration
Home Computer
*Note: next generation of AIE systems will include Biometric Facial Recognition and Enhanced Security Pedestrian Gates
AIE Access Control Scenarios
DISA Cloud
UNREGISTERED VISITOR LANE
REGISTERED PERSONNEL LANE
GO
RFID
Family arrives to
attend graduation
but didnt register in
advance. Handheld
scan DL and collect
additional
information to
register (Name,
Photo, SSN, and
DoB)
Automated NCIC III
vetting Returns Go / No-
Go decision only
Trusted Traveler CAC/Teslin use
Express Lane
Taxi/Uber/Lyft driver registered via
the web and transports CAC holder
passenger onto Installation. Non
CAC/teslin passenger dropped at VCC
CAC, Teslin, DBIDS Card holders use
RFID Express Lane
Visitors registered online use regular
lanes with DL or printed visitor pass
VCC Kiosk Registration
Guard adjudicates NO-GOs
on NCIC Terminal or Patrol
does the same
VISITOR CONTROL CENTER
Visitor WEB registration
Contract Overview
Contracting Officer
Danny Lester
ACC-Belvoir Contracting Officer
703-704-0818
danny.w.lester.civ@army.mil
RFP Overview
Award Single award, Indefinite Delivery, Indefinite Quantity (IDIQ)
Contract Type:
o Firm-Fixed Price (FFP); Full and Open Competition
o Six-year Period of Performance (PoP)
Ceiling $293M
Award Schedule (Target Dates):
o Issue RFP
o Questions due from Offerors
o Proposals Due
o Projected Award
Tuesday, 6 September 2022
Tuesday, 20 September 2022
Tuesday, 18 October 2022
September 2023
Fieldings Delivery Orders (DO) will be awarded for Installation site survey, site design,
hardware/software acquisition, integration, fielding, cybersecurity, and CLS/Warranty
support
RFP Overview (continued)
RFP Number: W909MY-22-R-G008
Draft RFP has been posted to SAM.gov
https://sam.gov/opp/894a9121f79d49a69263dd06c8bb60a4/view
Period of Performance (PoP): 72 months / 6 years
o Base Period 24 months
o Option Year 1 12 months
o Option Year 2 12 months
o Option Year 3 12 months
o Option Year 4 12 months
1) Technical
2) Price / Cost
3) Past Performance
4) Small Business Participation
Award based on best overall proposal (i.e., best value), four (4) evaluation factors:
RFP Overview (continued)
Award will be made to the single responsible Offeror whose offer is determined to
be the most beneficial to the
Show All