SOLICITATION NOTICE
63 -- Sources sought for Radio Frequency (RF) Detection Sys.
- Notice Date
- 6/11/2013
- Notice Type
- Presolicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- United States Capitol Police, Office of Procurement, Procurement Section, 499 South Capitol Street SW, Washington, District of Columbia, 20003, United States
- ZIP Code
- 20003
- Solicitation Number
- SSB2013I00001
- Archive Date
- 6/18/2014
- Point of Contact
- Dewayne Chamberlain, Phone: 202-593-3526, Dewayne Chamberlain, Phone: 202-593-3526
- E-Mail Address
-
dewayne.chamberlain@uscp.gov, dewayne.chamberlain@uscp.gov
(dewayne.chamberlain@uscp.gov, dewayne.chamberlain@uscp.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice for Radio Frequency (RF) Detection System Notice T) pc: Sources Sought Description: The purpose of this Sources Sought synopsis is to gain knowledge of potential qualified industry sources for providing foods and/or services to the United States Capitol Police (USCP), Security Services Bureau (SSB). All requirements listed below are mandatory. This Sources Sought notice is NOT a request for proposal and in no way obligates the USCP to award a contract for these goods and services. Bacl\:ground: The Security Services Bureau of the United States Capitol Police provides security systems for the United States Congress, which is located in the Congressional Complex, a campus like setting of buildings spanning multiple contiguous blocks in a metropolitan area. Part of this work involves the detection of Radio Frequency (RF) signals emanating from various protected locations within buildings on the complex which is located within a high RF environment. Purpose: The USCP is seeking sources to provide a state-of-the art Radio Frequency (RF) Detection system. The purpose of the system would be to detect RF signals emanating from inside of multiple, independent protected areas, providing a significant level of differentiation between potential threat signals and non-threat signals, and alerting the user to any potential threats. While it may be assumed that the protected areas and the head end equipment are secured sites, the method by which data will be securely transferred between secured areas sites shall be addressed. Any information provided shall be based on current production equipment; responses shall not be based on a development effort. Requested Information: Vendor responses are limited to three (3) written pages (not including attaclunents) and should include: I. Description of the company's existing systems, to include: a. Frequency Range b. Bandwidth Resolution c. Cost Breakdown d. Current Installations e. Data Link Encryption f. Part Numbers and Cut Sheets on Components g. Method(s) for differentiating threat signals from non threat signal h. Minimum length of time that an installation will be supported 2. Cost of Installation For this item, assume one protected area (a suite of rooms with an area of 1000 square feet) and one head end. Also provide the cost of adding additional protected areas, and a maximum number of protected areas per system, if any. Any assumptions made shall be reasonable and clearl y stated. 3. Lead Time 4. Installation Time Responses: Responses are due no later than June 17, 2013. Only interested firms who believe they are capable of providing information that meets the above requirements with a facility and personnel cleared to the Secret level are invited to respond. To respond, provide: 1. Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number, length oftime in business 2. Affirmation of cleared personnel and facility All responses should be unclassified where possible Disclaimer and Important Notes: This notice does not obligate the Govenunent to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Govenunent to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Additional Info: Unclassified responses are preferred however arrangements are possible for classified responses up to the SCI level. THIS IS NOT A REQUEST FOR PROPOSAL TI-IIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE USCP. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED Contracting Office Address: Add Place of Performance: U.S. Capitol Complex
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USCP/OFM_USCP/PS/SSB2013I00001/listing.html)
- Place of Performance
- Address: Capitol Grounds, Washington, District of Columbia, 20003, United States
- Zip Code: 20003
- Zip Code: 20003
- Record
- SN03086658-W 20130613/130611235918-9b3c04781c75c644d49fd5c50b61cede (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 |