Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOURCES SOUGHT

J -- Upgrade and Maintenance for the Tactical Aviation and Ground Missiles (TAGM) Current Electronic Physical Security Systems

Notice Date
11/19/2020 11:25:07 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5200 USA
 
ZIP Code
35898-5200
 
Solicitation Number
PANRSA-21-P-0000-001146
 
Response Due
11/27/2020 6:00:00 AM
 
Archive Date
11/27/2020
 
Point of Contact
Roderick Apklins, Courtney Hawkins, Phone: 2568420088
 
E-Mail Address
roderick.a.apklins.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil
(roderick.a.apklins.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil)
 
Description
The U.S.� Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of Tactical Aviation and Ground Missiles (TAGM) Physical Security System, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for procurement of: � Installation and upkeep of no more than 41 cameras and no more than 50 access control credential readers; this equipment will be installed on both interior and exterior of facilities The U.S. Army Contracting Command � Redstone (ACC-R) is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for the upgrade and maintenance of the current electronic physical security systems for TAGM. These actions will occur at 2 adjacent facilities and connecting breezeway, located on Redstone Arsenal AL, 35898. Interested businesses must possess a Secret clearance, and the ability to access the installation. The contractor will need the ability to provide a turnkey solution for TAGM requirements. Work performed includes the installation and upkeep of no more than 41 cameras and no more than 50 access control credential readers; this equipment will be installed on both interior and exterior of facilities. All credential readers must be dual read, with the ability to function by proximity or by insertion of credential. It is imperative the newly installed cameras and access control units be compatible with the currently existing security system. System requirements are as follows: Current TAGM surveillance cameras utilize the Avigilon system. Therefore, contractor installed cameras must be compatible and integrated with the Avigilon system Current TAGM access control equipment utilizes the Lenel OnGuard System. Therefore, contractor installed credential readers must be compatible and integrated with the Lenel OnGuard System. In addition, the contractor must have the ability to perform critical issue service calls and maintenance when required. Response time for these critical issue service calls must be within an hour; security system integrity must be maintained at all times. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary and the government assumes no financial responsibility for any costs incurred. Interested businesses should submit a brief capability statement package (no more than ten (10), 8.5x11 inch pages with font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this technical description. Documentation should be in bullet format. No phone or email questions in regard to the status of this requirement will be accepted prior to the release of an RFP. If your organization has the potential capacity to provide the required products/systems, provide the following information: Organization name, address, primary points of contact (POCs) and their email address, FAX, website address, telephone number, and type of ownership for the organization. Tailored capability statement addressing the requirements of this notice. c) Documentation supporting claims of organizational and staff capability.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/440a470c27f84727b608daf7479c33e4/view)
 
Place of Performance
Address: Huntsville, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05857415-F 20201121/201119230228 (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 |
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.