Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2007 FBO #1942
MODIFICATION

58 -- W90X0W70190117-SOLICITATION NOTICE

Notice Date
3/20/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
INTRUSIONDETECTION
 
Response Due
4/2/2007
 
Archive Date
6/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the intentions of Headquarters, US Army Intelligence and Security Command to combine and purchase an Intersion Det ection System (IDS). The IDS must include IDS control panel, remote operating touchpad, and 24 AH stand-by power to control the IDS, transmit signals of system activity to a monitoring system at an encryption of at least 128-bit, must be able to transmitt signals to a XR500, Series 574 zone command processor panel, Digital Monitoring Products system software-GE Secure Perfect 6.0, IDS must be integrated into LAN or WAN in accordance with the XR500 system controller and GE, Secure Perfect 6.0 software. The I DS must meet DCID 6/9 standards for SCIF IDS and requirements. All components will need to meet UL 2050 standards and the connections between the existing system controller and the installed IDS must be in conduit to show visibility of tampering. IDS must have an access card reader to allow a single badge into one or more SCIFs. The management software should identify what card entered a specific area with a DTG and allow us to create a printout of that list, and installation must be in accordance with DCID 6/9 standards. There is no solicitation number. Interested parties may identify their interest by submitting quotations. The provision at FAR 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition. The clause at 52.212-2, Evaluation- Comercial Items, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications for Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions, Commerc ial Items, applies to this acquisition. The clause 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition including 52.222-6 Restrictions on Subcontractor Sales to the Gover nment with Alt I 41 U.S.C.253g and 10 U.S.C.2402; 52.222-19, Child Labor Cooperation with Authorities and Remedies E.O 13126, 52.22-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity E.O.11246; 52.222.35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 38 U.S.C. 4212; 52.222-36, Affirmative Action for Workers with Disabilities 29 U.S.C 793; 52.222.37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 U.S.C 4212; Buy American Act and Balanc e of Payment Program 41 U.S.C. 10a thru 10d, E.O 10582; 252.247.7024 Notification of Transportation of Supplies by Sea 10 U.S.C 2631. The DFARS Clause 252.240.7004 Required Central Contract Registration applies. Full FAR/DFARS text may be obtained at websi te http:/www/arnet/gov/far. IMPORTANT: Only offerors who are registered in the Central Contractor Database are eligible for award reference DFARS clause 52.204.7004 or see website http:/ccr.edi.disa.mil, NO PRODUCT SUBSTITUTIONS/EQUIVALENT PRODUCTS WILL BE ACCEPTED. All quotations are due by Monday 02 April 2007 11:00 p.m. EST. All responsible sources should submit a quote to Uhry Thomas via email at uhry.thomas@mi.army.mil or fax to 703-428-4914. Lawrence C. Carter Contracting Officer.
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN01255190-W 20070322/070320221313 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.