SOURCES SOUGHT
N -- Security System Alarm Installation
- Notice Date
- 11/4/2015
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA873016R0010
- Archive Date
- 12/11/2015
- Point of Contact
- Diana Tien, Phone: 7812256742
- E-Mail Address
-
diana.tien@US.AF.MIL
(diana.tien@US.AF.MIL)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT/REQUEST FOR INFORMATION Kingdom Of Saudi Arabia FMS Case SR-D-SAP This is not a solicitation, but rather a Sources Sought/Request for Information to provide the installation of Intrusion Detection Systems (IDS) and video monitoring equipment at selected Royal Saudi Air Force (RSAF) bases in the Kingdom of Saudi Arabia (KSA). The United States Air Force, Air Force Life Cycle Management Center, Force Protection Division, Foreign Military Sales Branch (AFLCMC/HBUA) located at Hanscom AFB, is seeking responses from potential sources for IDS installation at King Khalid Air Base (1 system) in Khamis Mushayt, KSA with a required operational date of December 2016 and at King Faisal Air Base (1 system) in Tabuk, KSA with a required operational date of June 2017. The Government anticipates the need of two additional installations at Dharhan (KAAB) and Al Kharj (PSAB) with an operational date of early 2020. The United States Government (USG) has high interest in delivering all systems according to the F15SA equipment delivery schedules. The Contractor shall identify the timeline for each system delivery. This IDS equipment shall be capable of monitoring weapons and equipment in selected buildings, bunkers and storage areas per the F15SA Special Security Agreement. The systems shall consist of IDS Equipment, Video Monitoring equipment that will be identified by the USG. This equipment will be purchased,installed, configured and tested in such a way as to enable monitoring of the onsite assets and reporting of video and alarms to a USAF oversight location within the KSA. The USG will provide configuration and connectivity instructions. The USG will witness a Contractor Verification Test and later perform a USG acceptance test that the Contractor will support. Interested companies shall submit information that identifies the experience necessary to deliver the installed and tested IDS Systems within the KSA. These systems shall have remote status monitoring capability, Uninterruptable Power Supply (UPS), and any other ancillary equipment required, such as operator and maintenance displays, hardware, software, fiber optic, cabling and system interconnects that are necessary for the complete installation and operation of the systems. A post award Site Survey will be held 60 days after contract award to identify any additional technical requirements and any civil work/infrastructure improvements required for site readiness and installation of the systems. The contractor shall then submit a post award Site Survey Report, if required, with detailed drawings and a schedule. This site survey report shall be generated by the Contractor within 30 days from the completion date of the site survey. The contractor will be responsible for providing all transportation and shipping of the equipment from the US Contractor facility to the designated end location in Saudi Arabia. The Contractor will be responsible for labeling and packaging the equipment appropriate to the applicable mode of transportation (i.e. air shipment). The Contractor will be responsible for the providing US citizens, cleared to the Secret level with current passports and providing technical support to all in country activities. The Contractor is also responsible for all housing and transportation for the personnel while in the KSA. The USG will help the contractor to obtain all of the required visa's and base access badges within the KSA and onto any RSAF bases that will be necessary to complete these tasks. The Contractor will provide a one (1) year manufacturer's warranty, operation and maintenance manuals, a supply of site-consumable spares and any necessary specialized test and/or calibration tools/equipment shall be provided with all inclusive systems. The Contractor will be responsible to protect all equipment against environmental effects such but not limited to as rust and corrosion from conditions normally experienced in Saudi Arabia, such as humidity, fog, wind-born sand, high temperatures, and ultra-violet (UV) exposure from extended sunlight. If a firm believes that it is capable of meeting the Government's requirements to procure, field, install, configure, test, and integrate the aforementioned IDS Systems as described above to support planned USG operational dates of December 2016 at KKAB and June 2017 at KFAB it may identify interest and capability to the Contracting Officer within thirty (30) calendar days of this publication. Interested firms must indicate whether they are large, small, small disadvantaged, 8a, or women-owned businesses and whether they are U.S. or foreign owned and NAICS code as applicable. A determination by the Government not to compete this requirement based upon response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is an advance notice for potential work for which funding has not yet been approved but is expected. For technical questions, contact the Program Managers, Mr. Aaron Schmidt, and e-mail: Aaron.schmidt.9@us.af.mil or Mr. Michael Fitzmaurice, e-mail: michael.fitzmaurice.1@us.af.mil, for contracting questions, contact Ms. Jill F. Armano, Contracting Officer, at email: jill.armano@us.af.mil or Ms. Diana Tien, Contract Specialist, at email: Diana.Tien@us.af.mil. This synopsis does not constitute an Invitation for Bid, Request for Quote, or Request for Proposal and is not to be construed as a commitment by the Government. This synopsis is for information and planning purposes only. The Government will not pay for either the effort or associated costs to respond, or for the information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA873016R0010/listing.html)
- Place of Performance
- Address: 3 Eglin Street, Building 1612, Hanscom AFB, Massachusetts, 01731, United States
- Zip Code: 01731
- Zip Code: 01731
- Record
- SN03937777-W 20151106/151104234801-d6380edb332a38673f937a8462d397e1 (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 |