Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOURCES SOUGHT

N -- IDS/ACS/CCTV System Installation

Notice Date
10/17/2022 4:29:43 PM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA8501 OPL CONTRACTING AFSC/PZIO ROBINS AFB GA 31098-1672 USA
 
ZIP Code
31098-1672
 
Solicitation Number
FA8501-IDS-AFRC-BLDG-555-SS
 
Response Due
11/4/2022 2:00:00 PM
 
Archive Date
12/04/2022
 
Point of Contact
Adriana Lytle, Alex Weichold
 
E-Mail Address
adriana.lytle@us.af.mil, alex.weichold@us.af.mil
(adriana.lytle@us.af.mil, alex.weichold@us.af.mil)
 
Description
The Government is conducting market research to identify potential sources that possess the capability of installing three Access Control Systems (ACS) and three Intrusion Detection Systems (IDS).� The ability to properly store critical assets in accordance with Intelligence Community Directive (ICD) 705 requires these new systems to be operational prior to facility accreditation.� Each facility requires an IDS and ACS independent of each other and independent from the building as a whole.� All IDS equipment will be installed within the confines of ldg 555 located on Robins AFB.� The IDS and ACS will be installed in Bldg 555 and will be protected by multiple security components inclusive of but not limited to balanced magnetic switches, card reader access system, premise control unit, access control panel, security system control panel, electronic door lock(s), door position switch, passive infrared devices, duress buttons, etc.� The IDS shall be a networked with the existing network/alarm system operating within the 78 SFS Base Defense Operations Center (BDOC), located on Robins AFB.� System/Product/Components must conform to the latest standards of the following prescribed guidance:� ICD/ICS 705 Version 1.4 (�Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities�), UL 2050 (�National Industrial Security Systems for the Protection of Classified Material�), UFC 4-021-02 (�Electronic Security Systems�), and Air Force Instruction/AFI 31-401 (�Department of the Air Force Information Security Program�). Service location and customer is Headquarters Air Force Reserve Command (HQ AFRC) at B555, Robins Air Force Base, Georgia. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. This solicitation (request for information) is issued for the purpose of market research to identify potential sources. . INSTRUCTIONS: This RFI contains a description below of the specialized training required and a Contractor Capability Survey is attached, which allows you to provide your company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the RFI Points of Contact. PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to: The Government is conducting market research to identify potential sources that possess the capability of installing three Access Control Systems (ACS) and three Intrusion Detection Systems (IDS).� The ability to properly store critical assets in accordance with Intelligence Community Directive (ICD) 705 requires these new systems to be operational prior to facility accreditation.� Each facility requires an IDS and ACS independent of each other and independent from the building as a whole.� All IDS equipment will be installed within the confines of bldg 555 located on Robins AFB.� The IDS and ACS will be installed in Bldg 555 and will be protected by multiple security components inclusive of but not limited to balanced magnetic switches, card reader access system, premise control unit, access control panel, security system control panel, electronic door lock(s), door position switch, passive infrared devices, duress buttons, etc.� The IDS shall be a networked with the existing network/alarm system operating within the 78 SFS Base Defense Operations Center (BDOC), located on Robins AFB.� System/Product/Components must conform to the latest standards of the following prescribed guidance:� ICD/ICS 705 Version 1.4 (�Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities�), UL 2050 (�National Industrial Security Systems for the Protection of Classified Material�), UFC 4-021-02 (�Electronic Security Systems�), and Air Force Instruction/AFI 31-401 (�Department of the Air Force Information Security Program�). Service location and customer is Headquarters Air Force Reserve Command (HQ AFRC) at B555, Robins Air Force Base, Georgia. Points of Contact E-mail response only please, must be received no later than 5PM ET, 4 NOVEMBER 2022. Please electronically submit your response by email to the following Points of Contact (POC): AFSC/PZIOB Attn: Alex Weichold Alex.Weichold@us.af.mil Adriana Lytle Adriana.Lytle@us.af.mil NOTE: Ensure data is in a readable electronic format. Ensure �electronic data can be received through a firewall. Attachments Included Attachment 1 � Capability Statement Attachment 2 � Statement of Work (SOW)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3330e72292a54d18918564bfb498ab19/view)
 
Place of Performance
Address: GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN06495369-F 20221019/221017230053 (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.