SOURCES SOUGHT
59 -- Intrusion Detection System
- Notice Date
- 8/11/2015
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7-15-T-0124
- Response Due
- 8/18/2015
- Archive Date
- 10/10/2015
- Point of Contact
- Judtih Lommer, 5735960266
- E-Mail Address
-
MICC - Fort Leonard Wood
(judith.a.lommer.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract on an SOLE SOURCE basis for upgrade of hardware and software to an intrusion detection system by Advantor but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fixed price contract to quote mark Federal Protection INC quote mark for the following; Item description Upgrade an Intrusion Detections System made by Advantor with the following Upgrade an existing primary and alternate server to ASN UL5 hardware configuration. Provide and install vertical rack to house ASN Server System, including KVM with pull out monitor. Relocate ASN Server Provide and install IMINET for panel communications. Provide 24-port network switch to manage communications. Refresh UPS System including new tower and battery packs. Upgrade existing ASN 5.x software to ASN 6.x software with 64-bit Windows Server 2008 Release 2 OS. Upgrade Badging Workstation with ASN UL5 hardware configuration including ASN 6.0 software upgrade. Provide and install MIC web camera for photo capture. Provide and install SD360 PVC Printer Provide and install HP M401N Laser Printer Provide and install Monitoring Workstation in Security Access Center, including two 22 quote mark display monitors and UPS. Integrate with server using one pair of GFGI dark multimode fiber optic cable. Upgrade existing Base Plus and LEM hardware with Infraguard II (IG2) Processors and IEM hardware. Upgrade existing AAM-4 in SAC to IG2 processor. Integrate all existing wiring and alarm points into new system. Migrate existing database to new software database. Perform turnkey installation of all components, including necessary power connections. Provide on-site training for ASN 6.0 software including: o Operator training Administrator training Badging training Provide as-built wiring diagram of completed installation. The statutory authority for the sole source procurement is as implemented in Federal Acquisition Regulation 6.302-1 (b) (2), The existence of limited rights in data, patent rights, copyrights, or secret processes; the control of basic raw material; or similar circumstances, make the supplies and services available from only one source (however, the mere existence of such rights or circumstances does not in and of itself justify the use of these authorities) This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 334290 Intrusion detection and signaling devices manufacturing with a small business size standard of 500 employees In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. Email all responses to Judith.a.lommer.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6d3ef32c7e2b8b4449c75f6e272b4d57)
- Place of Performance
- Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN03833522-W 20150813/150812000306-6d3ef32c7e2b8b4449c75f6e272b4d57 (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 |