Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2022 SAM #7616
SPECIAL NOTICE

99 -- Request for Information (RFI) for Interior Curtain Sensor

Notice Date
10/5/2022 1:53:02 PM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Response Due
11/9/2022 2:00:00 PM
 
Description
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL: This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources in providing a commercial item that meets the Government�s requirements. This Request for Information (RFI) does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released, it will be synopsized on the GSA eBuy website and FBO.gov. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their responses are proprietary and mark them accordingly. The Government is not obligated to and will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Submittals will not be returned to the sender. The Force Protection Division (HBU) of the Air Force Life Cycle Management Center (AFLCMC) (AFLCM/HBU) is located at 3 Eglin Street, Hanscom AFB, MA 01731. The Force Protection Division�s mission is to Deliver Integrated Force Protection solutions that enable our users to �See First, Understand First and Act First.� The Force Protection Branch is soliciting your input. If your product is already on the Force Protection Security Systems Configuration Management Database (CMD) List, you do not need to respond to this RFI.� � System Description: Interior Curtain Sensors are systems or components used to protect entryways to buildings, hangars, and protected interior volumes of space. The sensor shall detect a human target no less than 1.5m in height and weighing no less than 45 kg (100 lbs.) while walking, running, crawling, and jumping across a threshold into an interior secured area. The sensor�s detection pattern must resemble a �curtain� that establishes a line of detection covering the entire entryway (doorway, garage door, or hangar door). The detection pattern shall not be volumetric and shall cover only the entryway. The mounting height of the Interior Curtain Sensor shall be a minimum of 4.5 m (15 ft) and shall have a maximum detection range of 30 m (100 ft). The system shall operate in an environmentally uncontrolled interior environment. �These sensors can use different methods of detection (i.e., microwave, active infrared (IR), passive infrared (PIR), or combination), the only requirement being that these methods meet the system description and the interior detection specification. The detailed Requirements (INTERIOR-DETECTION--001 (7 JAN15)) document with the interface and environmental requirements is available by contacting Capt Reginald Johnson (AFLCMC/HBUK) - see below for contact information. Detail how the proposed COTS solution does or does not meet all the performance requirements. In addition, provide manuals, datasheets, and a response to the following questions: Does the proposed solution meet the provisions of the Buy America Act (BAA), the Trade Agreement Act (TAA), and the National Defense Authorization Act (NDAA)? Would any additional equipment be needed to meet the proposed requirements? (i.e., mounting brackets, enclosures, etc.) Has the proposed solution been used in any U.S. DoD applications? What experience does the company have with military qualification testing? Is the company willing to support installation & test activities at one or both AF test facilities; Test Area C-3 (TAC-3), Eglin AFB, FL, or the Cold Weather Test Site (CWTS), Grand Forks AFB, ND? Is the company willing to modify its product to meet both hardware & software requirements for the Air Force Integrated Base Defense Security System (IDBSS) in the event the proposed solution does not meet all Form, Fit, and Function requirements? Is the company willing to notify AFLCMC/HBU of hardware/software enhancements/changes to the proposed solution for three years from the initial qualification test? Is the company willing to notify AFLCMC/HBU of any changes made to the manufacturing process of the proposed solution that may affect the National Defense Authorization Act (NDAA) or Trade Agreement Act (TAA)? Is the company willing to notify AFLCMC/HBU when the proposed solution is becoming obsolete (end of life, end of support, etc.)? Is the proposed solution expected to become obsolete within a year of the proposal? Does the company currently have a GSA Contract? What is the unit cost of the proposed solution? This includes any additional equipment required for the proposed solution. Is there any test data that can be provided to show the proposed solution meets the Air Force IBDSS requirements? This includes test data from the company, Government, or DoD entity that can be provided. If the data cannot be provided, then can a Point of Contact be provided? Is the proposed solution intended to be mounted above the entryway or to the side? What are the possible mounting heights of the proposed solution? What is the detection area of the proposed solution? Provide dimensions of the proposed solution (height, width, depth). Does the proposed solution use one or multiple methods of detection? Does the proposed solution have an adjustable detection range? If so, what is the range? What is the range of operating temperatures and humidity for the proposed solution? Does the proposed solution emit any electromagnetic signals (active) for detection? If so, what frequency does the proposed solution operate in? PLEASE NOTE: If the product meets the performance criteria, we would like the opportunity to review information about the proposed solution as part of our market research, including current copies of the manuals and product drawings/cut sheets. We also ask for an explanation (please be specific) in the response regarding how the product meets or does not meet each of the stated criteria. This will help the Government to determine if the requirements need to be modified. If the product employs innovative techniques or technologies that are outside the requirements of this RFI, please address them in the response. After receipt of industry responses to this RFI, the Force Protection Branch will convene a Review Panel to select those products that appear suitable (based on the stated performance criteria) for undergoing testing and qualification activities at our dedicated test site. Successful qualification and product testing may result in the products being added to the Force Protection Security System HQ AF/A7S CMD System Equipment List.� If you elect to respond to this RFI, please provide a point of contact (POC) within your corporation, your corporation�s cage code or DUNS number, your corporation�s qualifications, and your corporation�s size. Responses to this RFI shall be provided to Capt Reginald Johnson (contact information listed below) by 1700 EST on 9 Nov 2022.� Responses shall be in electronic format (email preferred).�� All questions regarding this announcement shall be submitted to Capt Reginald Johnson, and Ms. Samantha Nelson�s contact information is listed below) via email. A courtesy copy shall be provided to 1st Lt Jared Scott (jared.scott.3@us.af.mil). Acquisition Information: FBO Category: SECURITY SYSTEMS SERVICE Solicitation Status:�Pre-Solicitation Acquisition Type:�Systems Acquisition Location:�Hanscom Solicitation Number:�N/A NAICS Code: 561621 Dollar Amount:�N/A Government Contractor Support:�MITRE, OASIS CONTRACTING OFFICER ������������ Capt Reginald Johnson������������ ����������������������������������������������������������� reginald.johnson.19@us.af.mil CONTRACTING SPECIALIST�������� Ms. Samantha Nelson ����������������������������������������������������������� samantha.nelson.7@us.af.mil ����������������������������������� PROGRAM MANAGER������������������� 1st Lt Jared Scott ����������������������������������������������������������� jared.scott.3@us.af.mil ����������������������������������������������������������� ENGINEER��� ����������������������������������� Dr. Alexander Tambascia � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �alexander.tambascia@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a408741e4f3442a9c1dcd1727f49dd0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06487030-F 20221007/221005230109 (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.