Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
SOURCES SOUGHT

63 -- Intrusion Detection Systems (IDS) and Automated Entry Control Systems (AECS)

Notice Date
10/18/2017
 
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
N6893618R0012
 
Archive Date
10/30/2018
 
Point of Contact
Neil Flint, Phone: 760-939-3580, Scott Hansen, Phone: 760-939-8295
 
E-Mail Address
neil.flint@navy.mil, scott.c.hansen@navy.mil
(neil.flint@navy.mil, scott.c.hansen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) announces its intentions to procure and install Intrusion Detection Systems (IDS) and Automated Entry Control Systems (AECS) at NAWCWD China Lake, CA and NAWCWD Point Mugu, CA. 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 The Contractor shall utilize Digital Monitoring Products (DMP) products for the IDS installation. The Contractor shall provide all other associated parts as necessary to complete a new Intrusion Detection System. The Contractor shall be a UL2050 certificated installing company or be capable of providing a UL2050 certificate from an authorized partner ensuring the system is installed to meet UL2050 standard excluding the monitoring if requested. The Contractor shall utilize Identiv/Hirsch controls and ScrambleProx keypads compatible with government issued CACs for the installation of the AECS. The Contractor shall provide all other associated parts as necessary to complete a new Automated Entry Control System. The Contractor shall be an Identiv/Hirsch Certified Dealer and provide supportive documentation. SUBMISSION DETAILS Interested parties are requested to submit a brief capabilities statement (no more than ten (10) 8.5X11 inch pages in length, 12 point font minimum). 1.Demonstrate the ability to install IDS and AECS. 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, Neil Flint, in either Microsoft Word (fully compatible with Microsoft office 2003) or Portable Document Format (PDF), via email at neil.flint@navy.mil. Submissions must be received by 5:00 p.m. Pacific Time on 02 NOV 2017. Questions or comments regarding this notice may be addressed by email to neil.flint@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. 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/f1a30407c4fc7bd99d36e5b0459f67be)
 
Record
SN04716704-W 20171020/171018231129-f1a30407c4fc7bd99d36e5b0459f67be (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.