Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2023 SAM #7718
SOURCES SOUGHT

63 -- MacDill AFB Waterside Security System

Notice Date
1/12/2023 12:48:13 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA4814 6 CONS PK TAMPA FL 33621-5119 USA
 
ZIP Code
33621-5119
 
Solicitation Number
A026684
 
Response Due
2/10/2023 11:00:00 AM
 
Archive Date
10/01/2023
 
Point of Contact
Matthew W Keith, 6 CONS PKM
 
E-Mail Address
matthew.keith.4@us.af.mil, 6cons.pm.6conspmsupportteam@us.af.mil
(matthew.keith.4@us.af.mil, 6cons.pm.6conspmsupportteam@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes only and to identify interested vendors for the requirement detailed below. A formal Solicitation, with Performance Work Statement or Technical Exhibits is not available for review at this time. Any information submitted by respondents to this notice is voluntary. The government will not pay for information requested nor will it compensate respondents for any costs incurred developing and providing said information. Information obtained from this sources sought notice may result in a future formal Request for Proposal. Please refer to this notice as MacDill AFB Waterside Security System. The applicable NAICS Code for this solicitation is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Small Business Size Standard is 1,250 employees. The 6th Contracting Squadron is currently seeking potential contractor sources for a firm fixed-price (FFP) contract for an integrated multi-modal capable, waterside security system (WSS) with analytic capability to provide high probability of detection, identification, observation, and warning while autonomously identifying intrusions and minimizing false alarms. The solution must be capable of tracking and identifying objects (e.g. personnel, vehicles, watercraft, etc.) in real time while providing details such as traffic type, speeds, location, bearing, and range.� Any solution should be capable of monitoring the entire 7.2-mile coastline /coastal restricted area (CRA)/; including the South runway approach zone which has natural and procedural constraints to overcome. This contract will include the procurement of all required equipment, a twelve (12) month base period of sustainment and maintenance for all equipment, four (4) one-year option periods for the sustainment and maintenance, and the option to extend services 6 additional months. The work will support the 6 Security Forces Squadron at MacDill AFB, FL. THE CONTRACTOR IS EXPECTED TO PROVIDE: all labor, personnel, equipment, tools, materials, and supervision except those provided by the Government, to accomplish the main functions detailed above, the procured systems should also include the following: (1) Edge Processing & Automation; (2) Government owned data/access and/or premise-based system accessibility, (3) Multi-Network Capable Connectivity (data transmission to the end user), (4) Self-locating sensor platforms (component will report its geo-location automatically, without a human in the loop, to operator/control station). (5) Multiple Power Source and Self-Power Capable with minimum 24hr battery backup power, independent solar panels, (6) Persistence and System fault notification (24/7/365 operations/tamper protected), (7) High probability of detection with low probability of false alarm (F1 score) (8) Autonomous Assessment Capability (leveraging artificial intelligence, machine learning, and computer vision to minimize false alarms), (9) Resolution/Precision for Detection and Identification of Objects of Interest detection, (10) Object/threat classification and tracking of multiple targets simultaneously; with independent but integrated camera and radar configuration, (11) Annunciator Graphic User Interface (GUI) with full motion video storage/playback with low latency video streaming, (12) Modular Open System Architecture, (13) Interoperability (new/legacy/mobile systems/devices), (14) Day/Night Functionality, (15) Ability to collapse capability for protection from severe weather (i.e. hurricanes), (16) Each sensor platform station components must not exceed total of 1100 pounds (without ballast or solar panels) to ensure: (17) Sensor platform must be user/operator relocatable (with set up 1hr or less) without FSR support, (18) Scalability with the ability to expand and/or to cover other local/deployable mission areas, if needed, (19) All-weather Resilient/Lightning Protected/Grounded system (20) Salt fog and seawater corrosion resistance, (21) Initial/Vendor Training and Train-the-Trainer training materials. (22) System must be capable to allow user level maintenance and/or replace system components Please provide a capability statement (10-page limit, no small than size 10 font)which must address all requirements stated herein: 1) Technical qualifications of business to provide requested services; 2) Evidence of any certifications and licenses related to any of the above services required; 3) Rough Order of Magnitude for equipment purchase and maintenance and sustainment package for the 5 years requested; 4)Details on a Phase in plan to get the system up and running and fully mission capable within 4 weeks; 5)Capabilities for performing the twenty-two (22) required performance tasks in Attachment 1; 6) Capabilities and information for the Performance Requirements Possibilities in Attachment 2; 7)Evidence of the offerors business status (Large or Small Business), in addition to any other Small Business status; 8(a), Service Disabled Veteran Owned, Veteran Owned, HUBZone, Woman-owned, etc. 8) Teaming arrangements or partnerships that provide specialized expertise; 9) Offeror point of contact information, address, Cage Code, Dunn and Bradstreet Number, System for Award Management (SAM) expiration date and any other information that will prove the offeror is capable of performing the required effort. IMPORTANT: The Government requests interested offerors submit one (1) copy of their capability statement response no later than 2:00 p.m., Eastern Daylight Time, on 10 February 2023 in MS Word or Adobe Acrobat format to matthew.keith.4@us.af.mil and 6cons.pm.6conspmsupportteam@us.af.mil (preferred) or mailed to: 6 CONS/PKM 2610 Pink Flamingo Ave; Tampa, FL 33621 Please direct any questions to matthew.keith.4@us.af.mil and 6cons.pm.6conspmsupportteam@us.af.mil or (727) 204-2114. Attachments: Attachment 1 - 22 Performance Requirements Attachment 2 - 22 Performance Requirements Possibilities
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bd37bb7487642ca821af0e5f1b9f7f8/view)
 
Place of Performance
Address: Tampa, FL 33621, USA
Zip Code: 33621
Country: USA
 
Record
SN06563541-F 20230114/230112230113 (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.