SOURCES SOUGHT
63 -- Intrusion Detection Systems (IDS)
- Notice Date
- 5/19/2016
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893616T0170
- Archive Date
- 5/26/2017
- Point of Contact
- Matthew Minnick, Phone: 760-939-0041, Scott Hansen, Phone: 760-939-8295
- E-Mail Address
-
matthew.p.minnick@navy.mil, scott.c.hansen@navy.mil
(matthew.p.minnick@navy.mil, scott.c.hansen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- *DETAILED DESCRIPTION: INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) announces its intention to procure, as a manufacturer sole source, DMP control panels for the installation and/or upgrade of multiple Intrusion Detection Systems at NAWCWD China Lake. These IDS will provide the means to monitor and detect personnel in specific zones for China Lake's physical security needs and will be in compliance with DoD 5200.01 Volume 3, DoD Information Security Program, Protection of Classified Information, and SECNAV M5510.36A Department of the Navy (DON) Information Security Program (ISP). THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms, of all sizes, capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The responses to this Sources Sought will be utilized to determine if any small business set aside opportunities exist. ELIGIBILITY The applicable NAICS code for this requirement is 561621 with an anticipated Product Service Code (PSC) for this requirement is 6350. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. REQUIREMENTS Prospective contractors should respond ONLY IF they intend to use a control panel other than the DMP XR550E control panels and keypads. In the capabilities statement demonstrate how the non-DMP control panel will interface with the established network via Navy Region South West's DMP SCS-1R Network Enabled Receiver utilizing Serial 3 encrypted communications format. SUBMISSION DETAILS Interested parties are requested to submit a brief capabilities statement (no more than four (4) 8.5X11 inch pages in length, 12 point font minimum). 1. Demonstrate the ability to provide an encrypted Serial 3 communication alarm panel that will communicate with the existing DMP SCS-1R Network Enabled Receiver. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Matthew Minnick, in either Microsoft Word (fully compatible with Microsoft office 2003) or Portable Document Format (PDF), via email at matthew.p.minnick@navy.mil. Submissions must be received by 12:00 p.m. Pacific Time on 26 May 2016. Questions or comments regarding this notice may be addressed by email to matthew.p.minnick@navy.mil. All responses must include the following information: Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 7 days from this notice date. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6755669825cbb1a4785403ba60ea42d5)
- Place of Performance
- Address: NAWCWD China Lake, United States
- Record
- SN04122857-W 20160521/160519234657-6755669825cbb1a4785403ba60ea42d5 (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 |