SOURCES SOUGHT
Y -- Physical Security/Access Control Systems Engineering, Design, Procurement, Installation, and Testing
- Notice Date
- 8/16/2016
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Naval Facilities Engineering and Expeditionary Warfare Center, 1100 23rd Avenue, Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N3943016RPSAC
- Response Due
- 8/31/2016
- Archive Date
- 9/15/2016
- Point of Contact
- Submissions are required to Michael Thompson, Contracting Officer, at michael.d.thompson4@navy.mil. Phone calls will not be accepted
- Small Business Set-Aside
- N/A
- Description
- Naval Facilities Engineering Command (NAVFAC) Expeditionary Warfare Center (EXWC) is requesting responses to identify sources capable of providing constructions services and materials for the design, procurement, integration, installation, technology refreshment, testing, and initial training for Physical Security/Access Control (PS/AC) systems to include hardware, firmware and associated software at Navy shore installations throughout the world, including Joint Bases assigned to the Navy. The contractor shall design the PS/AC systems by integrating Commercial off-the-shelf and/or Government off-the-shelf equipment based upon NAVFAC performance specifications and shall tailor and install the systems for the proposed solution at Navy sites. The types of PS/AC systems include, but are not limited to, Automated Vehicle Gates (AVG), Automated Pedestrian Turnstiles (APT), Enclaves, Final Denial Barriers and Electronic Security Systems (ESS) “ Intrusion Detection Systems (IDS). The various PS/AC systems are described in further detail below. AUTOMATED VEHICLE GATES(AVG): AVGs are automated Access Control Points (ACP) that provide access control for Privately Owned Vehicles, Government Owned Vehicles, and commercial vehicles at perimeter ACPs and interior security Enclave ACPs. The APTs are automated ACPs that are intended for pedestrians to enter one at a time without requiring sentry interaction during most operational periods. At locations requiring accommodations for cyclists, personnel delivering packages, and for personnel with special needs such as wheelchair access, specially designed automated Swing Gates, approved by the Architectural Barriers Act/Americans with Disabilities Act, can be collocated with standard turnstiles. ENCLAVES: An Enclave is intended to provide additional layers of security to a perimeter or area of interest within each Navy Installation requiring an enhanced security posture. FINAL DENIAL BARRIERS: The purpose of the final denial barrier is to stop unauthorized vehicles from entering the installation. Final denial barriers are provided at the termination of the Entry Control Facility (ECF). ECFs should be provided with final denial barriers to enable the ECF to be closed and to prevent a threat vehicle from breeching the security. ELECTRONIC SECURITY SYSTEMS (ESS) “ INTRUSION DETECTION SYSTEMS (IDS): ESS is an integrated electronic system that encompasses interior and exterior IDS, Closed Circuit Television systems for assessment of alarm conditions, Automated Access Control Systems, Data Transmission Media, and alarm reporting systems for monitoring, control, and display. ESS equipment includes items such as sensors, cameras, card readers, processing control units, field panels, and workstations. IDS consists of sensors, local processors, workstations, and the central system along with supporting data transmission infrastructure. PHYSICAL SECURITY INFORMATION MANAGEMENT(PSIM) SYSTEM: PSIM provides the ability for security personnel to rapidly and easily analyze sensor information and make accurate situational assessments of a given incident. The PSIM system collects and correlates events from existing dissimilar traditional security devices and information Systems (video, access control, sensors, alarms, analytics, networks, etc.) to enable personnel to identify and proactively resolve situations. The intent of this sources sought notice is to identify potential qualified 8(a), Historically Underutilized Business Zone, Service Disabled Veteran-Owned Small Business, Woman-Owned Small Business, and Small Business offerors. NAVFAC EXWC will use the responses to this sources sought synopsis to make appropriate acquisition decisions for the planned contract. The applicable North American Industry Classification Code (NAICS) is 238210 śElectrical Contractors and Other Wiring Installation Contractors ť, which has a small business size standard of $15.0 million. This Sources Sought announcement is for information and planning purposes only. This is not a solicitation for proposals and no contract will be awarded from this announcement. The Government will not reimburse any costs incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party ™s expense. Furthermore, those who respond to this sources sought should not anticipate feedback with regard to its submission. No telephone calls will be accepted. The information provided in this sources sought is subject to change and is not binding on the Government. The Government reserves the right to determine how it should proceed as a result of this notice. After review of the responses, a solicitation announcement will be published in the Navy Electronic Commerce Online (www.neco.navy.mil) and Federal Business Opportunities (www.fbo.gov) websites if the Government decides to continue with the procurement. Only a brief statement of qualifications and capabilities (not to exceed 10 pages) is requested at this time. At a minimum, include the following information in your submittal: 1) Company name and point of contact, including address, phone and email; 2) CAGE code and DUNS number; 3) Business size standard as registered in the System for Award Management (https://www.sam.gov/portal/public/SAM/) for NAICS Code 238210; and 4) Statement of qualifications and capabilities to include related experience. General marketing material may be included, but must fall within the 10-page limitation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Submit completed forms in MS Word or Adobe PDF format via email to Michael Thompson at michael.d.thompson4@navy.mil by 2:00 p.m. Pacific on 31 August 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c4467d30a4a481d682cc2e8839d77264)
- Record
- SN04225560-W 20160818/160816235211-c4467d30a4a481d682cc2e8839d77264 (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 |