SOURCES SOUGHT
N -- Residential security Washington DC area
- Notice Date
- 4/30/2020 12:14:14 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-R-09TX
- Response Due
- 5/7/2020 9:00:00 AM
- Archive Date
- 05/22/2020
- Point of Contact
- John A. Adamatis
- E-Mail Address
-
John.A.Adamatis.civ@mail.mil
(John.A.Adamatis.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- ACC-NJ-IT is searching for a contractor who can provide the procurement, installation, upgrades as needed, maintenance removal, user training and a 24 hour, 365 days a year help-desk operation for RESEC systems in various parts of the United States. The requirement includes intrusion detection for controlled spaces in accordance with Intelligence Community (IC) Technical Specification for Intelligence Community Directive/Intelligence Community Standard (ICD/ICS) 705, dated.10 Sep 15 and surge requirements based on the needs of the Government. The systems shall be scalable, encrypted, with capabilities to provide integrated interior and exterior intrusion detection systems, 360 degree Closed Circuit Television (CCTV) exterior and perimeter coverage over IP, including security/motion detection lighting, remote monitoring, recording and alarm annunciation. Equipment shall provide full encryption recording, have end-to-end system encryption with supported VMS/devices to protect from IP snooping/spoofing, detect data alteration and at a minimum be Federal Information Processing Standard (FIPS) 140-2, Level 1 compliant. Where technology exist, the Government may request Level 2 or 3 compliance. Some projects will require materials with infrared, radio frequency and blast mitigation capabilities. Requirements also include printed/electronic system user/training guides, initial and periodic system user training and a 24 hour. Most tasks will require RESEC installations at two (2) different locations. Lines and bandwidth will be supplied by the Government. Due to operations security and the sensitivity of the information, location addresses for each task will not be readily available. The preponderance of tasks will be performed in the National Capital Region. Travel will be in accordance with the General Services Administration posted travel rates. Compromise of such information and breaches of security may constitute national security concerns. The contractor shall not release project information to any third party, without the written consent of the contracting officer (KO). Contractor operations security (OPSEC) requirements will be coordinated per Army security and antiterrorism regulations and Operations Security requirements. Please see attached DRAFT RESEC PWS. Please provide a capability statement that talks to the specific tasks outlined. Response for this RFI shall be 07 May 2020 at 12:00 PM EST. All capability statements shall be emailed to contract specialist John Adamitis at john.a.adamitis.civ@mail.mil. Please make subject line "" RFI�Open Market�Response RESEC""
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8eac440890e745f5821e0ddd36413cc1/view)
- Place of Performance
- Address: Connell, WA 99326, USA
- Zip Code: 99326
- Country: USA
- Zip Code: 99326
- Record
- SN05641979-F 20200502/200430230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |