Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
MODIFICATION

63 -- Unattended Perimeter Intrusion Sensor System

Notice Date
1/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
RFIKHD0123150900
 
Archive Date
2/27/2015
 
Point of Contact
Kimberly Darby,
 
E-Mail Address
kimberly.h.darby.civ@mail.mil
(kimberly.h.darby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Request for Information Number: RFIKHD0123150900 Agency/Office: Washington Headquarters Services/Acquisition Directorate (WHS/AD) Title: Unattended Perimeter Intrusion Sensor System Background/Overview: The Government seeks to identify industry capabilities and identify qualified Small and Large Business sources capable of providing unattended ground sensor (UGS) perimeter security systems in support of the Government's mission to provide in depth protection to Government and leased facilities infrastructure and personnel. Requirement: WHS/AD is seeking information from vendors (both large and small) and intends to gather market research information to determine the viability of leasing, for 6 months, perimeter intrusion sensor systems in support of the Governments mission and for testing purposes. This Request for Information (RFI) notice is for market research information and planning purposes only; it is not to be construed as a commitment by the Government. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Defense (DoD), WHS/AD is seeking firms doing business in North American Industry Classification System (NAICS) codes 334290 Other Communications Equipment Manufacturing. Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents shall not submit any proprietary information when responding to this RFI. Respondents shall also note that the Government will not return any information submitted in response to this RFI. The Government will not be responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents shall submit capability brief narratives that clearly define the firm's ability to perform as stated in this RFI. Data provided by perimeter intrusion sensor allows user to: 1. Ascertain if system can serve as perimeter security system for Government facilities following pilot test and assessment; 2. Identify location of intrusion; 3. Determine if intrusion is by foot or vehicle; 4. Glean direction of travel; 5. Discern number of intruders; 6. Approximate speed. Perimeter sensor system requirements: 1. Compliance: a. UHF- or VHF-based communications, if applicable: i. If using a frequency within the military range, have a DoD 1494 approved from the Army Frequency management office (ARMO) ii. Must have FCC Part 15 approval for use of frequency(ies) 1. At minimum, must gain Special Temporary Authority (STA) from the FCC for the purposes of short-term testing (provide approval Expiration Date, Authorized area of Operation) 2. STA's cannot be used to support operational deployment iii. Transmitter must have FCC ID label and a compliance label. iv. Receiver must have a Declaration of Conformity (DoC) v. Operator does not have to obtain a license to use a Part 15 transmitter, but the transmitter itself is required to have an FCC authorization vi. If functioning in the VHF band, uses Low Probability of Intercept/Low Probability of Detection (LPI/LPD) burst transmissions b. Information Technology (documentation to be provided exhibiting previous success) i. Able to comply with Information Assurance (IA) requirements listed in the Defense Information Systems Agency (DISA) Security Technical Implementation Guide and the DoD Risk Management Framework; ii. Must be able to attain a Certificate of Networthiness (CON) per the United States Army standards; iii. Able to fully function when encryption is applied to data at rest and in transit; 2. Threshold performance criteria a. Communications i. If using UHF- or VHF-based communication and band is allocated on a secondary basis to the amateur service/Stations in the amateur service, communications must tolerate any interference from the operations of industrial, scientific, and medical (ISM) devices, LMS systems, and the operations of Federal stations authorized in this band. ii. Range of 2 km (dense terrain) - 25 km (open, flat terrain) wherein dense terrain may include complex topography, elevation of up to 5,000ft, and old-growth plant life; iii. If UHF- or VHF-based, preferably able to take advantage of a radio repeater to extend functional range; iv. Transmission of a signal is continuous until trigger has left sensor range (i.e., sending a signal does not deafen the sensor to ongoing activity; b. Environmental considerations i. If equipment is emplaced underground, requires shallow hole(s) (if applicable) of less than six (6) inches and antenna (if applicable) must withstand being stepped on, moved over, frozen; ii. Sustain full function in the temperature range of -20 oF to +110 oF; iii. Function under adverse weather conditions (wind, hail, rain, direct sunlight, snow, and ice accumulation); c. Information Technology i. All activity logged is in a file format that can be readily extracted by the end user and can be queried; ii. Database is SQL 2008R2, or later; d. Equipment i. Small footprint and portable form factor; ii. Interface displays (at a minimum), sensor location on an embedded map, grid, sensor health, battery life; iii. Alarm upon tamper; iv. Form factor is covert or capable of being camouflaged without degrading function; v. Mildew and fungus resistant; vi. Meets MIL-STD-810, 509.2 salt resistance requirement; vii. Meets MIL-STD-461 level RE102 (if 10kHz - 18GHz), CE106 (if 10kHz - 40GHz) and RS103 (if 10kHz - 40GHz) EMI/EMC requirements; viii. Withstands shock/vibration at 1.5 g over 5-200Hz for 1.5 hrs; ix. Water Resistance to 12" standing water for >36 hrs; e. Performance i. Preferably, able to incorporate additional detection hardware; ii. If using more than one detection method (i.e., seismic and magnetic), system sends two independent messages to receiver; iii. Ability to discriminate between pedestrian(s), animals, and vehicle intrusions under various conditions (wet, dry, speed, etc.) with ability to discriminate over 15% of total detections iv. Detection rate minimum criteria: false positive rate of 10-40% and probability of detection greater than/equal to 60%; v. Up-time greater than/equal to 90%; vi. Fully battery-operated (currently ≥6 month life); vii. Able to function as a stand-alone system for testing purposes; 3. Other a. On-site performers must have, at minimum, Secret or Q clearance; b. Training to be provided on-site to five (5) key test and evaluation personnel Responses to this RFI shall be in the form of a capability statement and must clearly demonstrate: • Availability of all items from a single source. • How the system is housed; how the system interfaces; how the system corroborates detection information; general characteristics of the system including height, grounding, immersion rates, communication architecture and equipment, and any other salient characteristics. • Availability of a 6 month lease at minimal cost. Describe installation and removal of a stand-alone system and timeline for temporary deployment for the purposes of test and evaluation. • List major Government contract number(s) and commercial clients for which the vendor has prior relevant experience with sensor support, integration, and fielding. • Available training on use of the system at a cleared facility for short term test and evaluation. Vendors are encouraged to provide information related to how they have leveraged state-of-the-art commercial-off-the-self (COTS) and existing government-off-the-shelf (GOTS) products in order to minimize costs. Vendors are encouraged to provide price lists. RFI Administrative Information: This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the above overview and requirements, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. 1. Please provide the following Point of Contact information: 1. Complete Business Name, including DUNS Number and Cage Code. 2. Contact Information (Respondents' name and title, address, telephone, e-mail). 3. Federal Supply schedules or other contracting vehicles information to include contract number if applicable. 4. Business Size and Classification (Large Business Concern, Small Business Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business). 5. NAICS code(s) 6. Capability statement that addresses technical competencies. 7. Past contracts that support the capabilities listed in this RFI notice that are relevant to this requirement. 8. Warranty information. All responses should be submitted via e-mail to kimberly.h.darby.civ@mail.mil no later than 9:00 AM (EST) on February 12, 2015 with the subject title "RFIKHD0123150900 Unattended Perimeter Intrusion Sensor System Request for Information". Questions or comments regarding this RFI shall be submitted no later than 9:00 AM (EST) on 05 February 2015 via email to kimberly.h.darby.civ@mail.mil. Responses received after 90:00 AM (EST), Thursday, 12 February 2015 will not be accepted. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence no more than 10 pages. Any firm responding to this notice should ensure that its responses are complete and sufficiently detailed to allow the Government to determine the firm's qualifications. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government will NOT accept requests for meetings. No phone solicitations or emails with regards to this RFI will be entertained. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/RFIKHD0123150900/listing.html)
 
Record
SN03625035-W 20150128/150126234839-5bda7b8d97d9ea3db62fe0465daeb4c4 (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.