DOCUMENT
R -- Engineering Services for Physical Security Access Control (PSAC) Hardware and Software Installation, Testing and Operations Support, Training and Technical Manuals for ATFP - Attachment
- Notice Date
- 2/9/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
- Solicitation Number
- N6258312SSPSAC
- Response Due
- 3/1/2012
- Archive Date
- 3/16/2012
- Point of Contact
- Dyanne Van Der Kamp,
- E-Mail Address
-
805-982-5080,
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis. The intent of this sources sought synopsis is to identify potential qualified 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Small Business (SB) offerors. The Naval Facilities Engineering Service Center (NFESC) will use the responses to this sources sought synopsis to make appropriate acquisition decisions for the planned contract. This Sources Sought announcement is a Market Survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted. After review of the responses submitted regarding this potential acquisition, a solicitation announcement will be published in the Navy Electronic Commerce Online (NECO) and in the Federal Business Opportunities (FEDBIZOPPS) websites, if the Government intends to continue with the procurement. The Anti-terrorism/Force Protection (AT/FP) Ashore Program mission is to procure, deliver, integrate, install and sustain systems hardware and the software required to provide operations personnel with the ability to protect mission-critical assets and personnel from natural disasters, acts of terrorism and other human-caused disasters. AT/FP Ashore functions as a conduit for improving the security posture at Navy shore installations worldwide. AT/FP Ashore systems/equipment are defined as equipment that facilitates the detection, delay, deterrence, assessment and response to terrorist events. There are three types of systems/equipment included as part of this program. The three types are (1) Physical Security/Access Control (PS/AC), (2) Command, Control, Communications, Computers, and Intelligence (C4I), and (3) Chemical, Biological, Radiological and Nuclear (CBRN)/Emergency Management (EM) systems/equipment. The AT/FP Ashore Program PS/AC Contract will cover PS/AC systems/equipment requirements. The scope of this AT/FP Ashore Program PS/AC Contract is to acquire services including hardware and software installation, testing and operations support, training and technical manuals. Major work elements for this effort include:.Systems Engineering and Planning, Design, Equipment Selection, and Procurement.Equipment Installation, Integration, and Testing.System Manuals and Technical Documentation as required.Contract Support and Data Requirements This Contract covers the design, procurement, installation, integration, testing, and initial training for AT/FP hardware and software at Navy shore installations throughout the world including Joint Bases assigned to the Navy. The PS/AC systems to be addressed under this Contract include Automated Vehicle Gates, Automated Pedestrian Turnstiles, Enclaves, Physical Security Information Management (PSIM) systems, and Navy Military Construction (MCON) Electronic Security Systems. These systems may include the following: complex vehicle and pedestrian access control systems; Fleet Readiness Certification Board submissions: Information Assurance accreditation from Navy Cyber Command; compliance with Homeland Security Presidential Directive “ 12 (HSPD-12); access control points; CCTV systems; automatic traffic control systems; intrusion detection systems; voice over internet protocol (VOIP) intercom and loud-hailer systems; multi-spectral sensor systems and the integration of these systems into an enterprise level intuitive command and control system of systems. Interested sources should respond with brief documentation showing the company ™s ability to fulfill the requirements described. When responding, please fill in the accompanying Sources Sought Information Form and return to dyanne.vanderkamp@navy.mil. Interested sources will briefly summarize their corporate history, level of experience, and level of clearance (i.e. SECRET, or TOP SECRET). This announcement is not a commitment by the Government to issue a solicitation or ultimately award a contract. The applicable NAICS Code is 541330 Engineering Services. Interested sources must submit any comments and information via email to Dyanne Van Der Kamp no later than 01 March 2012. Responses received after this deadline may not be considered. Since this is a Sources Sought announcement, no evaluation letters will be issued to participants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312SSPSAC/listing.html)
- Document(s)
- Attachment
- File Name: N6258312SSPSAC_PSAC_Sources_Sought_Information_Form.doc (https://www.neco.navy.mil/synopsis_file/N6258312SSPSAC_PSAC_Sources_Sought_Information_Form.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6258312SSPSAC_PSAC_Sources_Sought_Information_Form.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6258312SSPSAC_PSAC_Sources_Sought_Information_Form.doc (https://www.neco.navy.mil/synopsis_file/N6258312SSPSAC_PSAC_Sources_Sought_Information_Form.doc)
- Record
- SN02671356-W 20120211/120210114158-5ab73231999b21167d22a51afffd339e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |