Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2019 FBO #6294
SOURCES SOUGHT

63 -- Intrusion Detection System

Notice Date
2/14/2019
 
Notice Type
Synopsis
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Bldg 1109, Room 373 Fort Knox KY 40121-5720
 
ZIP Code
40121-5720
 
Solicitation Number
W9124D19Q6171
 
Response Due
2/20/2019
 
Point of Contact
Brandon E. Holbrook, Contract Specialist, Phone 5026241276
 
E-Mail Address
brandon.e.holbrook.civ@mail.mil
 
Small Business Set-Aside
N/A
 
Description
This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encourated to identify capabilities in meeting the requirements at fair market prices. For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the cost of manufacture. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides. This is a supply contract for Intrusion Detection Hardware, Sensors, and the installation of the Intrusion Detection System. The preferred Intrusion Detection Equipment is as follows: Bosch B8512 UL Control Panel with Telephone (Analog/Pots) and Ethernet Backup Bosch B942 Touch Screen Keypad Sentrol Dpdt Door Contact, Polarized, W/Armored Wiring Harness, High Security Winland WB200, Waterbug Flood Detector Bosch DS9370 Panoramic Tritech Ceiling Mount Motion Detectors Bosch BDL2 Wall Mount Motion Detector SEN4WTB 13 Smoke/Heat Detector Siren, Indoor, White All Intrusion Detection Equipment (IDE) must be Underwriters Laboratories (UL)-listed or equivalent. For a full summary of Intrusion Detection System standards for this project, please refer to the following regulations. DoDM 5200.01-V3. Appendix to Enclosures 3, paragraph 2 - IDS Standards Army Regulation 380-5, Chapter 7-14, Intrusion Detection System Standards Army Regulation 380-5, Chapter 7-15, Selection of Equipment Army Regulation 380-5, Chapter 7-16, IDS transmission Army Regulation 380-5, Chapter 7-17, System Requirements Installation of the Intrusion Detection System will take place at the Place of Contract Performance in Indianapolis, IN 46249. Hardware installation and programming will require coordination with the Federal Protective Service (FPS) monitoring center. The appropriate NAICS code is 561621 with a size standard of $20,500,000.00. Responses to this announcement must be received no later than 7:00 A.M. Eastern Standard Time on 20 February 2019. Responses should be emailed to brandon.e.holbrook.civ@mail.mil. Responses shall include the following: 1. Company name and address; 2. A statement of interest that meets all the requirements listed above; 3. A synopsis of the contractor's capabilities; 4. Company size: small or large, qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, women-owned small, and economically disadvantaged women-owned small business program; 5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable); 6. Contract information, to include name, e-mail address, phone number, and fax number; 7. CAGE Code and/or DUNS number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/bcb05e6542eab7a684ba501b09ebb583)
 
Place of Performance
Address: Emmett J. Bean Center 8899 E. 56th Street Indianapolis, IN 46249 Indianapolis, IN
Zip Code: 46249
Country: US
 
Record
SN05222424-F 20190216/190214230013 (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.