SOURCES SOUGHT
63 -- Sources Sought AVB
- Notice Date
- 10/15/2024 8:16:24 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478CON33FY2501
- Response Due
- 10/29/2024 5:00:00 PM
- Archive Date
- 11/13/2024
- Point of Contact
- Kimberlee Fujimoto, Tiare McClellan
- E-Mail Address
-
kimberlee.l.fujimoto.civ@us.navy.mil, tiare.n.mcclellan.civ@us.navy.mil
(kimberlee.l.fujimoto.civ@us.navy.mil, tiare.n.mcclellan.civ@us.navy.mil)
- Description
- Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide an active vehicle barrier that has equal performance requirements as the RSSI RSS-2000N Active Vehicle Barrier, manufactured by RSSI, 6530 East Highway 22, Panama City, Florida, 32404, or the Gibraltar G-2000N Wedge Barrier, manufactured by Gibraltar Perimeter Security, 3200 E State Hwy 29, Burnet, Texas, 78611.� FY2024 P034 Missile Magazines, Joint Base Pearl Harbor West Loch Annex requires an active vehicle barrier that meets the following requirements/specifications: Included on USACE DoD Anti-Ram Barrier List, CNIC-N6 PSS AVB Approved Equipment List, and NAVFAC AVB Approved Equipment List. Meets the requirements of the CNIC-N6 PSS AVB Baseline and NAVFAC AVB Baseline. AVB must have an ASTM M50 rating. AVB must be Electro-mechanical operation only (non-hydraulic). AVB must be continuous duty rated (120 cycles/hour). AVB must be flush to the road surface when in the �down� position. AVB shall not be a plate barrier, bollard, net, or beam style barrier. AVB must have a Standardized Sentry Interface (SI). AVB must include active safety sensors (Before, Over, After, Dilemma). AVB shall meet the safety requirements of UFC 4-022-02 Selection and Application of Vehicle Barriers. Meets SDDCTEA, AVB Safety Schemes � Masted traffic signals and safe deployment of barriers Provides �Wrong Way� detection. Provides �Auto� mode to reduce Unauthorized Access during low-peak hours. Provides CAC verification of Sentry on Duty. Supports expansion including CCTV, Intercom, PSIM, and other sensor technologies. Meter must have a standard 5 -year mechanical warranty (3-year electrical warranty). This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system.� Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format.� Also, provide company information and point of contract (name, title, email, phone, mailing address). If market research results in there being no product that has equal performance requirements as the RSSI RSS-2000N or the Gibraltar G-2000N, the Government intends to procure the RSSI RSS-2000N or the Gibraltar G-2000N, under only one responsible source, where no other suppliers or service will satisfy the agency requirements.� The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement. Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned.� All proprietary or classified information will be treated appropriately.� The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure. Interested parties shall submit information and specifications to Ms. Kimberlee Fujimoto, Contracting Officer via email at kimberlee.l.fujimoto.civ@us.navy.mil and Ms. Tiare McClellan, Contract Specialist at tiare.n.mcclellan.civ@us.navy.mil. �Interested parties responding to this announcement by Tuesday, October 29, 2024 at 2:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/deec5882eb52404cba3b2111845ef7a4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07240731-F 20241017/241015230109 (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 |