SOURCES SOUGHT
63 -- Intrusion Detection System
- Notice Date
- 7/26/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-13-M-V001
- Archive Date
- 8/31/2012
- Point of Contact
- Chad R Walton, Phone: 5202285484
- E-Mail Address
-
chad.walton@dm.af.mil
(chad.walton@dm.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A MARKET RESEARCH/SOURCES SOUGHT NOTICE SEEKING INFORMATION ONLY. THE GOVERNMENT IS LOOKING FOR BUSINESS SOURCES THAT CAN OR COULD PROVIDE THE FOLLOWING: Information from companies (public and private) that can provide an acquisition strategy for procuring an Intrusion Detection System. i. The United States Air Force (USAF) 309th Aerospace Maintenance and Regeneration Group (AMARG) is in the process of developing an acquisition strategy for procuring an Intrusion Detection System for our controlled area. The chosen strategy would provide a solution for this controlled area only. ii. GENERAL INFORMATION • To aid in the development of the acquisition strategy, the 309th AMARG is investigating the availability of the systems manufacturers, technologies and life cycle cost savings opportunities. • To target industry feedback on a draft set of requirements. The requirements were developed based on analyzing threats, manpower and sustainment constraints, and anticipation of future potential asset storage requirements. iii. REQUIREMENTS FOR THE INTRUSION DETECTION SYSTEM The purpose of the system is to improve the security of the 309th AMARG controlled area to protect resources from the possibility of loss, theft, destruction, or compromise. The proposed system solution should provide for the monitoring, identification, and alert to an intrusion of perimeter locations most vulnerable to threats 24/7/365. Attachment 1 provides a perimeter map of the controlled area and the submitter should indicate high vulnerability areas while considering the most cost effective implementation of your system. The area covered ranges from 500 feet to 2 miles more with coverage including inside and outside corners and numerous zone capabilities. The proposed system solution should run on its own network backbone with sufficient encryption and security to avoid the disruption of or interception of the transmission signal. Secure network connections will be provided by AMARG. The solution must also be capable of differentiation between desert animals, natural anomalies and people or equipment entering the controlled area. The proposed solution should have the capability to record incidents and associated data and have the capability to download information to other storage media. The proposed solution should be sustainable/reliable in the desert environment with minimal maintenance requirements. The submitter should provide training requirements and have estimates for sustainment of life cycle costs for all equipment in the system. iv. Please note that this is a REQUEST FOR INFORMATION ONLY. This is NOT a request for proposal and there is no solicitation package available at this time. Participation does not imply any obligation by AMARG or the United States Government or any agency thereof. Proprietary information will be protected to the greatest extent provided by the law. THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION RECEIVED IN RESPONSE TO THIS REQUEST, NOR WILL WE CONPENSATE ANY RESPONDENT FOR ANY COSTS INCURRED IN DEVELOPING THE INFORMATION PROVIDED. WE WILL ALSO NOT PAY FOR ANY DEMOSTRATION NOR COMPENSATE ANY RESPONDENT FOR ANY COSTS INCURRED WITH DEVELOPMENT OR PERFORMANCE OF A DEMONSTRATION THAT MAY BE REQUESTED. v. This RFI allows submitters the opportunity to provide input and recommendations consistent with their product line offering, technology advances and cost saving suggestions. Interested companies are encouraged to respond to this notice by providing product literature and/or other information, no longer than twenty pages, by 12:00 PM (noon) Pacific Standard Time, Thursday, August 16, 2012. Submissions will be accepted via fax or e-mail (preferred) to the following: TSgt Walton Contract Administrator Questions and/or comments will be accepted through by 12:00 PM (noon) Pacific Standard Time, Thursday, August 9, 2012; however, they must be in writing. They will be accepted via fax or e-mail (preferred) to the point of contact listed above. Questions and comments will not be accepted over the phone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-13-M-V001/listing.html)
- Place of Performance
- Address: DMAFB, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN02816248-W 20120728/120726235726-26545bbb8f12cf478a2d431b59691be3 (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 |