SOLICITATION NOTICE
63 -- TACTICAL INTRUSION DETECTION SYSTEM (TIDS)
- Notice Date
- 7/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK05115729R
- Response Due
- 7/22/2005
- Archive Date
- 7/7/2006
- Description
- NASA/KSC plans to issue a Request for Quote (RFQ) for TACTICAL INTRUSION DETECTION SYSTEM (TIDS)components as follows: Central Station A fully redundant, Underwriters Laboratory (UL) approved receiving system comprising all radio and other electronic equipment required to receive, decode and provide direct interface to the existing Lenel On Guard Security Management System. Station must be able to transmit and receive on a specific assigned frequency in the 160-170 MHz portion of the VHF band using 12.5 KHz channel separation. Must contain all hardware/software needed to communicate with coded site transceivers to produce specific zone alarms from each of 8 zones at 10 sites and must be capable of at least double the number of sites. Station will be operated in an indoor, air conditioned environment. UL 365, 681, 864, 1610 and 2050 listing required. All RF components shall be FCC Parts 22, 74, 90 and 95 compliant. All transceivers shall be capable of low (1 watt) and high (5 watt) power transmission. All transmitting devices must be approved by the KSC Spectrum Manager prior to acquisition. Site Transceiver A National Electrical Manufacturers Association (NEMA) 4X enclosed subscriber unit operating on a specific, assigned frequency in the 160-170 MHz portion of the VHF band using 12.5 KHz channel separation. The unit must be capable of operating in the harsh outdoor weather conditions at Kennedy Space Center for periods of up to 90 days with no maintenance. The unit will provide battery health, tamper, antenna cut, cable cut and power input failure alarms along with 8 alarm inputs from external sensors. The alarm inputs must be contact state change. All 8 alarm inputs, the solar charged 12 volt DC power input and the antenna input shall be via weatherproof MS-grade connectors to maintain the NEMA 4X rating during operation. An external ground connection will be provided via a weatherproof stud. Each transceiver shall produce site unique identification and shall further identify each zone at the site to encode the radio transmission back to the Central Station. All site transceivers must provide communications message repeater function without operator or maintenance personnel intervention. Site transceivers shall be operable on 115 volt AC power when not deployed in the tactical environment. All RF components shall be FCC Parts 22, 74, 90 and 95 compliant. All transceivers shall be capable of low (1 watt) and high (5 watt) power transmission. All transmitting devices must be approved by the KSC Spectrum Manager prior to acquisition. Interface Card Device which provides full alarm point description when the Site Transmitter is interfaced with an existing Fire or Security panel. The device allows bus transfer of data streams between the panels and the Site Transceiver rather than requiring discrete alarm inputs, and may be either a built in function or an add on card which fits within the Site Transceiver enclosure. System training Expected class to be ten people with eight being technicians/Subject Matter Experts (SME), one console operator and one IT person. Training to be held at Kennedy Space Center (KSC) by a factory certified trainer. This procurement is being conducted under Simplified Acquisition Procedures (SAP). The Government does not intend to acquire a commercial item using FAR Part 12. See note 26. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 335999 and 500 employees, respectively. The anticipated release date of RFQ NNK05115729R is on or about August 12, 2005 with an anticipated quote due date of on or about September 2, 2005. All responsible sources may submit a quote which shall be considered by the agency. An ombudsman has been appointed - See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. All contractual and technical questions must be submitted in writing (e-mail or fax) to Timothy Freeland not later than July 18, 2005. Telephone questions will not be accepted.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#116392)
- Record
- SN00843282-W 20050709/050707212546 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |