Idaho Bids > Bid Detail

CP Intrusion Detection System upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159973356783349
Posted Date: Dec 7, 2022
Due Date: Dec 12, 2022
Solicitation No: FA489723RFI05
Source: https://sam.gov/opp/74ce95523d...
Follow
CP Intrusion Detection System upgrade
Active
Contract Opportunity
Notice ID
FA489723RFI05
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4897 366 FAS PKP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 07, 2022 09:26 am MST
  • Original Response Date: Dec 12, 2022 12:01 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Mountain Home AFB , ID 83648
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



The sources sought number is FA489723RFI05 and shall be used to reference any written responses.



Mountain Home Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 561621. The size standard for NAICS is $22M.



Mountain Home Air Force Base (MHAFB), ID, has a potential requirement to control personnel access to specific facilities. Our current installed systems have reached the end of their service life and require replacement. The solution must upgrade existing Access Control System (ACS) door entry reader technology capable of reading commercially available 125 kHz cards, as well as magnetic switch door locks, emergency release buttons, remote entry unlock capability, and internally managed access configurations. The solution shall need to upgrade door sensors on all external doors and internal doors. ACS shall provide an audible and visual alarm report to the Intrusion Detection System (IDS) for any alarms on the respective door. The solution shall need to interface with our existing Vindicator IDS and utilize one (1) administrative system to manage the IDS, ACS for user badges. The solution shall integrate with the Installation Base Defense Security System (IBDSS) in order to comply with IDS notifications as required by DoDM 5200.01 Volume 3, v3, Enclosure 3, para 3.b.3.b. (page 36), DoD Information Security Program: Protection of Classified Information. The solution installation shall minimize disruption and downtimes to the mission-critical operations conducted in these facilities and ensure the Restricted Area remains secure. Finally, the solution requires immediate service response and support, in the event of system failures or malfunctions.



UL 2050 Certifications are required; attach certifications to the capability statement. If you are interested but do not have the UL 2050 certification, please let us know that as well.



From the research conducted, only Vindicator systems are compatible, however, if any system is known to work in place of the Vindicator and or is compatible, please let us know.



Salient Characteristics: Please refer to the SOW.



SOW/SPECS is attached.



Include in your capabilities package your SAM UEID, Cage Code, System for Award Management expiration date, and any related specifications/drawings.



We are interested in any size business that can meet this requirement.



Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e., annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.



All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.



NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!



Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.



Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



Responses may be submitted electronically to the following e-mail address: thomas.newman.2@us.af.mil or michael.kymes@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN 12 December 2022 by 1201 Mountain Standard Time.



Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.






Attachments/Links
Contact Information
Contracting Office Address
  • CP 208 828 4658 366 GUNFIGHTER AVE STE 2102
  • MOUNTAIN HOME AFB , ID 83648-5296
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2022 09:26 am MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >