Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOURCES SOUGHT

J -- Maintenance, Inspection, and Installation of Government-Owned Installation Commercial Intrusion Detection System IV (ICIDS-IV)for various Army Installations located on the Islands of Oahu and Hawaii

Notice Date
8/2/2012
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN12R0038
 
Response Due
8/7/2012
 
Archive Date
10/6/2012
 
Point of Contact
Irene Saito, 808-655-3032
 
E-Mail Address
RCO Hawaii (PARC Pacific, 413th CSB)
(irene.saito@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or obligation or commitment by the Government. NAICS Code: 561621, business size standard: $12.5M. Market research is conducted to determine the availability and capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, woman-owned small business, or HUBZone small businesses for the following service: Maintenance, Inspection, and Installation of Government-Owned Installation Commercial Intrusion Detection System IV ICIDS-IV). The Contractor shall provide all personnel, equipment, transportation, tools, materials, parts and any other item not Government furnished to provide maintenance inspection, services and installation for Government-owned ICIDS-IV Equipment installed in alarmed facilities located on Schofield Barracks (SB), Wheeler Army Airfield (WAAF), and Helemano Military Reservation (HMR) located on the island of Oahu, Hawaii and Pohakuloa Training Area (PTA) located on the island of Hawaii. The services shall be performed in accordance with the manufacturer recommendations, Army Regulations, commercial practices and Technical Manual 5-6350-300-13&P. Contractor must be an authorized DAQ Electronics representative and have relevant DAQ Electronics certifications. Proof of license will be required prior to award. The anticipated period of performance is 14 SEP 2012 through 13 SEP 2013, with 4 option periods. The Contractor shall provide two (2) semiannual on-site preventive maintenance to provide the following inspection and maintenance services. Preventive maintenance of ICIDS-IV Monitoring Station (MS) and Master Communications Unit (MCU) located at Schofield Barracks, Building #3010 consisting of following: oInspect and test all MS and MCU cabling and connections. oInspect and test the MS Uninterrupted Power Supply (UPS). oEnsure a system software backup is completed semi-annually and provide to DES Physical Security Supervisor (PSS) or Contracting Officer Technical Representative (COR) for Off-site storage. oProvide and Install System Software and Firmware version updates as required. oInspection and replacement of all defective equipment, materials, and wireless devices. Replacement shall be with ICIDS approved parts and materials only. oInspection and maintenance of the MS and MCU cabinets ensuring unobstructed airflow through periodic cleaning of the chassis fan(s) and air intake and exhaust areas. oProvide Maintenance Status Reports. Preventive Maintenance of CIDS-IV Alarmed Facilities (AF) Field Equipment located at various locations on Schofield Barracks, HMR, WAAF, and PTA consisting of following: oInspection and cleaning of Remote Area Data Collector (RADC) and RADC expansion modules. oInspect and test all cabling and connections. oInspect and test the Power Supply. oInstall Firmware version updates as needed. oWalk test of installed sensors to ensure operability. oCheck and reseat all components installed on the RADC "Motherboard". oBattery status test, including simulated power failure to ensure proper operation (ensure the AF panel operates on battery back-up and reports the degraded condition to the MS). oInspection and replacement of all defective equipment, materials, and wireless devices. Replacement shall be with ICIDS approved parts and materials only. oProvide Maintenance Status Reports. Corrective Maintenance of any defective or faulty CIDS-IV equipment or component located at various locations on Schofield Barracks, HMR, WAAF, and PTA consisting of following: oIdentify defective/faulty equipment or component(s). oDefect and fault isolation. oRemoval and replacement of defective/faulty equipment or component(s). oReplacement shall be with ICIDS approved parts and materials only. oTesting of replaced equipment or component(s) ensuring restoration to full system operation. oProvide Maintenance Status Report. Respond to trouble calls within 1 day. Correct and diagnosis system malfunctions within 1 hour. Establish and provide a semiannual inspection schedule for all Alarmed Facilities (AF). Install ICIDS-IV equipment in newly constructed or renovated facilities that require IDS by regulatory requirement. All equipment provided for installation shall be approved ICIDS-IV equipment. The equipment shall be installed IAW guideline specified in TM 5-630-300-13 & P. Contractor Qualification Requirements: fully familiar with the operation, administration, configuration, installation and integration of all components of the ICIDS-IV system and shall have completed the ICIDS-IV Installation Training Course, consisting of the Operator, System Administration and Maintainer Repair Class for ICIDS-IV equipment. Submit Certifications to the Contracting Officer within (5) working days after contract award. Contractor shall have specific experience in electronic component trouble shooting, fiber optic and telephone communications and physical security devices. Contractor shall possess a Secret security clearance. Interested Vendors shall submit a capability statement to include: cage code, business size standard, DAQ authorized vendor and possess the necessary certificates. The capability statement should not exceed 2 pages and should be in sufficient detail. Email capability statement to irene.a.saito.civ@mail.mil by 8:00am on 07 AUG 2012. Please title the subject line with "CAPABILITY STATEMENT". THE Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a synopsis and solicitation may be published in Federal Business Opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c13e0e80e99ddf6e483ce091aaf79515)
 
Place of Performance
Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: CCEC-PAH-P, Building 692, McCornack Rd Schofield Barracks HI
Zip Code: 96857
 
Record
SN02824008-W 20120804/120802235447-c13e0e80e99ddf6e483ce091aaf79515 (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 |
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.