SOURCES SOUGHT
R -- Monitoring and Service of Fire and Intrusion Alarm Systems
- Notice Date
- 12/21/2010
- Notice Type
- Sources Sought
- Contracting Office
- NER - National Park Service, Philadelphia Region Office AcquisitionU.S. Customs House200 Chestnut Street, 3rd Floor Philadelphia PA 19106
- ZIP Code
- 19106
- Solicitation Number
- Q4370110001
- Response Due
- 12/27/2010
- Archive Date
- 12/21/2011
- Point of Contact
- Mattie M. Walker Contract Specialist 2155975821 Mattie_Walker@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service Philadelphia, PA is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine potential sources providing 24-hour per day Central Station Monitoring services for 18 Fire and Intrusion Detection Alarm Systems. The units are located throughout Fredericksburg & Spotsylvania National Military Park, Virginia. Contractor shall provide all supplies, materials, equipment, staff, etc., needed to monitor the Systems in these 18 buildings located throughout Fredericksburg and Spotsylvania, VA. The existing alarm systems in place and will remain in place. Contractor shall be capable of monitoring and experienced in monitoring high quality fire and intrusions alarm systems in historic and/or public buildings.Contractor will certify that he/she is primarily engaged in monitoring of alarm systems and is not performing such work as a sideline to a different primary operation. Contractor has all the necessary equipment, staff, and expertise required for proper execution of this contract. Contractor is familiar with, and has in his/her possession, current editions of all applicable Codes and Standards. Contractor is licensed with the Department of Criminal Justice Services (DCJS) of the Commonwealth of Virginia, and all critical staff is registered with DCJS. All CSM personnel will have completed DCJS mandatory training and will have had required fingerprint/background investigations. Contractor's CSM shall be Underwriters Laboratories (U.L.) listed and have U.L. certificate's CVSU and UUFX at a minimum. Contract must provide with their quote a copy of their current U.L. Certificate of Compliance. Contractor's CSM shall be capable of receiving both SIA 20 and Ademco format transmissions. Contractor's CSM shall be capable of receiving, by individual zones, up to 144 zones.Contractor's CSM must be capable of communicating, uploading, and downloading with Silent Knight or Radionics 'G' Series products. Contractor must be able to purchase Silent Knight or Radionics 'G' Series parts and equipment. Contractor's repair/install technicians must be able to install and repair Silent Knight or Radionics 'G' Series equipment. Services to be Performed, The Contractor will be expected to perform the following services to maintain Park Systems according to all accepted industry standards: Contractor will perform initial programming of Park-owned alarm panels according to Park instructions to provide direct communication to Contractor's CSM.Contractor will monitor all Park Systems 24 hours per day for the period of the contract. This is Request for Information Sources Sought announcement only. Any information provided is for informational purposes only.Capability packages must be received no later than December 28, 2010 and are limited to 5 pages. All responses should be sent via email to mattie_walker@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4370110001/listing.html)
- Place of Performance
- Address: Fredricksburg and Spotsylvania National Military Park
- Zip Code: 224052508
- Zip Code: 224052508
- Record
- SN02348235-W 20101223/101221234200-eea8370e8b94b6a08ab3ce67885bab42 (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 |