Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2025 SAM #8525
SOURCES SOUGHT

99 -- WS3 Alarm Communications & Displays (AC&D) Upgrade

Notice Date
3/28/2025 7:41:03 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA9422 AFNWC PZ KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA942225R0003
 
Response Due
4/28/2025 11:00:00 AM
 
Archive Date
05/13/2025
 
Point of Contact
Chad Miller, Alexandria Zelle
 
E-Mail Address
chad.miller.31@us.af.mil, alexandria.zelle@us.af.mil
(chad.miller.31@us.af.mil, alexandria.zelle@us.af.mil)
 
Description
This notice is a COMBINED Synopsis of Proposed Contract Action (pursuant to Federal Acquisition Regulation (FAR) Subpart 5.2), and Sources Sought (pursuant to Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1). This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). This RFI is part of ongoing Government- conducted market research for planning purposes. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses shall be treated as information only, become property of the US Government, and will not be used as a proposal. The United States Air Force is responsible for the sustainment of the Weapon Storage and Security System (WS3) for United States Air Force. In accordance with FAR Part 10, market research is being conducted to identify potential sources that possess the expertise, capabilities and authorization to upgrade the WS3 Alarm Communications & Displays (AC&D) system by migrating all associated Windows 10 operating system components to their comparable Windows 11 components. These components include both the proprietary Prometheus Security Group Global (PSG) components, as well as the open architecture network devices that must be configured and integrated with the PSG components. The WS3 AC&D system will also be modified to provide additional camera feeds from PSG�s Video Image Control and Display system (VICADS). For reasons noted below, any planned award is intended to be a sole-source contract under the authority of 10 U.S.C. 3204(a)(1) as implemented in FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements: LDIA Holdings, LLC DBA/Prometheus Security Group Global (PSG) 3019 Alvin Devane Blvd, Suite 450 Austin, Texas 78741 Cage Code: 7TDW3 The WS3 AC&D system is majorly comprised of PSG�s VICADS video system and its LINX Predator Elite (LPE) annunciator system, along with open architecture network devices. The Government does not own nor have access to PSG�s proprietary data necessary to compete this requirement. As the Original Equipment Manufacturer (OEM), PSG solely owns the data and source code for these systems. All components are only available directly from PSG. In discussions with PSG, the company indicated it has not made its data nor components available to any other vendor or entity. The Government has not found evidence to the contrary. The current barrier to competition of the highly specialized AC&D system configuration is the PSG proprietary technology and data. Under the current design, without information to indicate otherwise,the Government must rely upon proprietary PSG components and data to complete contemplated actions. The contemplated sole source award to PSG will modernize existing components with an upgrade to Windows 11, along with the addition of camera feeds. Such an award is subject to approval of a Sole- Source Justification. This notice serves to meet the sources sought requirements of DFARS PGI 206.302-1. Information received in response to this notice may be utilized in determining whether the authority of FAR 6.302-1 is supported; a determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. If no affirmative responses are received within the close date of this notice, then an award may be made to PSG under aforementioned authorities at 10 U.S.C. 3204(a)(1) as implemented in FAR 6.302-1. Provided below are applicable to the Synopsis of Proposed Contract Action Description items as required in FAR 5.207, which should allow viewers of this notice to determine their capabilities with regard to the requirement. Also provided below are submission requirements for statements of capabilities should an interested party know they can meet the requirement. The proposed North American Industry Classification Systems (NAICS) code is 334290 for Other Communications Equipment Manufacturing, which has a corresponding size standard of 800 employees. The anticipated period of performance for this requirement is 24 months. The anticipated dollar value is less than $10M. STATEMENT OF CAPABILITY (SOC): All responsible sources believing they have the capability to perform this requirement are requested to submit their SOC to the Government points of contact by the closing period on this notice. All SOCs shall be UNCLASSIFIED and shall not exceed three pages. SOCs should include the following: Company name and mailing address Point of Contact (POC), email address, and telephone number(s) Commercial and Government Entity (CAGE) Code Unique Entity ID (UEI) Business type identification: Large business, small business, small-disadvantaged business, 8(a)- certified small-business, HUBZone small business, woman-owned small business/economically disadvantaged women-owned small business, veteran-owned small business, service-disabled veteran- owned small business A description of the company�s understanding and familiarity with the LINX Predator Elite integration systems, PSG�s VICADS, and the WS3 Open Architecture network that integrates these subsystems A description of past work efforts related to, or closely related, to the requirements described above (include program names and contract numbers, as applicable) Any other information which demonstrates the firm�s ability to meet the requirements described above Responses are expected to be on company letterhead. Responses are requested as soon as possible but not later than 28 April 2025 at 12:00pm MDT. Responses or questions shall be submitted via e-mail to only hayley.escarcega@us.af.mil and chad.miller.31@us.af.mil. The subject for your e-mail submission shall be as follows: �[Company Name] � RFI Response WS3 AC&D.� All responses shall be submitted in either Microsoft Word or PDF format and shall be no longer than 10 pages in length with 11-point font and should not include sensitive, proprietary, or confidential data. Thank you in advance for your time and assistance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60106abe7b984d918295acd064667164/view)
 
Place of Performance
Address: Kirtland AFB, NM, USA
Country: USA
 
Record
SN07390880-F 20250330/250328230046 (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 |
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.