SOURCES SOUGHT
63 -- Intrusion Detection System (IDS) Service & Maintenance - Electronic Security System (ESS)
- Notice Date
- 4/30/2020 12:54:48 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-20-T-AT04
- Response Due
- 5/8/2020 10:00:00 AM
- Archive Date
- 05/23/2020
- Point of Contact
- Angel J. Traman, Phone: 3097828161
- E-Mail Address
-
angel.j.traman.civ@mail.mil
(angel.j.traman.civ@mail.mil)
- Description
- Sources Sought: Title:� Intrusion Detection System (IDS) Service & Maintenance � Electronic Security System (ESS) Rock Island Arsenal. Classification Code:� 6350 NAICS Code:� 561621 This is a Sources Sought Notice and NOT a solicitation announcement. �The purpose of this notice is to gain knowledge of potential qualified sources to perform Preventive Maintenance (PM) and Corrective Maintenance (CM), service, adjustment, and repair of Intrusion Detection System (IDS) equipment for the Electronic Security System (ESS) at Rock Island Arsenal (RIA). The facility is monitored and the responsibility of the Directorate of Emergency Services (DES).� System to be maintained includes Integrated Commercial Intrusion Detection System (ICIDS) IV IDS. The U.S. Army Contracting Command-Rock Island (ACC-RI) is seeking sources only. ACC-RI intends to consider all capability statements when developing its finalized acquisition strategy and resulting solicitation(s). Please submit all capability statements as outlined below by 12:00 P.M. CST on May 8, 2020 by email to angel.j.traman.civ@mail.mil. This is for information only which may be used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. ACC-RI will only utilize the information you provide in developing its acquisition approach for future requirements. Please provide a capability statement to include information about the vendor�s ability�s to perform this requirement making sure to address the following areas: 1. Vendor�s Size Standard � 2. Current certifications and training for ICIDS, DAQ StarWatch Processor Control Units, Panels and Key Pads. 3. A DAQ Value Added Reseller (VAR). 4. Must have a minimum of three (3) years� experience in ESS sensors such as Balanced Magnetic Switches, Passive Infrared Motions Sensors and Duress Switches. 5. Must have procedures for receiving and responding to service requests 24 hours per day, seven days a week, including weekends and federal holidays. 6. Must be able to meet the short suspense response times on Corrective Maintenance for emergencies? (Service and Repair shall begin on site within two (2) hours after it is requested by the Government.� Repairs should be operational within 12 hours of the service request.� The Contractor shall provide a point of contact and a 24-hour / 7 day-per-week telephone number where the Government may initiate Service requests.)�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f144533715a4339b3fed3db74a12056/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN05642059-F 20200502/200430230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |