|
COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1999 PSA#2379Force Protection, 5 Eglin Street, Hanscom AFB, MA 01731-2100 63 -- INTEGRATED SECURITY, AUTOMATED ACCESS CONTROL AND SURVEILLANCE
(ISAAC) SYSTEM DUE 071699 POC Capt Leonard Garcia, Program Manager,
781-377-9507 Ms. Alicia Gettman, Contracting Officer, 781-377-8673 WEB:
ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil.
E-MAIL: Click Here to E-mail the POC, garcial@hanscom.af.mil. This is
not a solicitation, but market research to determine potential sources.
The Force Protection C2 Program Office wishes to identify potential
contractors for the Integrated Security, Automated Access Control and
Surveillance System. The purpose of the acquisition is to acquire and
sustain the ISAACS System and to provide system upgrades and
operational support to priority A and below military installations
within the continental United States. Currently, interior and exterior
sensors and cameras exist at the anticipated locations. Additionally,
the purpose of this acquisition is to provide for integration of the
existing government equipment into the integrated system identified
above, as well as providing remote and redundant communications. The
objective of the ISAACS System is to provide one integrated system;
seamlessly integrating new and existing hardware components, utilizing
commercially available items to the maximum extent possible. The
requirements of the ISAACS System are: (1) Total System Integration
Responsibility (TSIR) -- The ISAACS System contractor will assume
responsibility to seamlessly integrate new and existing hardware
components which include magnetic stripe readers, Personal
Identification Number (PIN) Pads, Personal Identity Verifier (PIV)
devices, barrier (e.g., door, turnstile, gate etc.), status sensors,
automatic barrier controllers, release and lock controls, keyboards,
visual and multi-tone audible alarm annunciators, portal intrusion
detection sensors, anti-tailgating devices, prompt mechanisms, digital
processors, computer peripherals, digital and audio communications
devices, back-up power supplies and DES encryption devices. The
equipment must support six (6) functional areas: Enrollment, Automated
Access Control, Alarm Monitoring and Display, Processing,
Communications, and Back-up Power Supply. (2) Performance requirements
include, but are not limited to: (a) portal passage of 3-people per
minute for Level-III (card reader PIN and PIV), 6-people per minute
forLevel-II (card reader and PIN) and 9-people per minute for Level-I
(card reader only), however access control may not be required at all
locations; and (b) Intrusion alarm display processing time for
annunciator under idle or load conditions is a single alarm in 1 second
and for multiple alarms five (5) alarms in two (2) seconds. (3)
Software: The software is categorized as either system software or
application software. System software shall consist of, as a minimum,
the operating system(s), linkers and loaders, required translators,
utilities, and diagnostics. Application software is the software
required for the run-time operation for which the contractor will be
required to provide a software walkthrough. Software maintainability
and software escrow are also required. (4) Contractor Logistic Support
(CLS) repair/replacement of components will be required. Commercial
technical data, training for operators, maintainers and system
administrators, on-call and on-site technical services will also be
required.Consequently, the Government requests interested offerors to
submit two (2) copies of a statement of their qualifications to
ESC/FDK, 5 Eglin Street, 1st Floor Bldg. 1624, Hanscom AFB, MA
01731-2308, Attn: Ms. Alicia Gettman. Responses must be received NLT 26
July 1999. The intent of this sources sought is to identify potential
contractors. Interested sources shall submit a qualification package
that should not exceed ten (10) one-sided pages and include the
following information regarding their ability to meet the above
requirements: (a) Past experience on projects similar to this and why
you believe your company is capable of performing and meeting these
requirements. (b) Demonstrate your understanding of the requirements
and what potential risks you foresee that would preclude successfully
achieving the objective and performance set forth above. Firms who
submit qualifications packages in response to this notice are requested
to identify any existing contract vehicles (by contract number and
issuing office) that they have for the same or similar items/efforts
and a Government point of contact (preferably the Contracting Officer).
Should it be in the best interests of the Government and be within
scope of an existing contract, the Government reserves the right to
satisfy its requirements under that contract. The Government will
assess prospective offerors' potential based on the qualification
packages provided. Firms considered by the Government to be highly
qualified to plan and execute the program will be contacted by the PCO
and a list of such firms will be made available on the Hanscom
Electronic RFP Bulletin Board (HERBB). Firms considered by the
Government not to be highly qualified to plan and execute the program
will be afforded an opportunity to receive the Government's rationale
and provide additional information. Therefore, if the number of firms
who identify themselves in response to this sources sought prove to be
excessive, the Government may decide to conduct a pre- qualification
effort in orderto realize a manageable number of firms deemed best
qualified to perform this effort. Any interested firm initially judged
as not best qualified, will be provided a copy of the solicitation
upon request, should one be issued and any offer submitted by such a
firm would be evaluated without prejudice. Firms should indicate
whether they are a large business, small business, small disadvantaged
business, 8(a) concern, women-owned small business, whether they
qualify as socially or economically disadvantaged, and whether they are
an U.S. or foreign-owned firm. Please note that HERBB will be the
primary source of information for this acquisition. Interested parties
should check for updates frequently and subscribe to the HERBB update
service for the " Integrated Security, Automated Access Control and
Surveillance System." This synopsis is for information and planning
purposes only and does not constitute a Request for Proposal (RFP) nor
does its issuance restrict the Government as to the ultimate
acquisition approach. The Government will not reimburse the contractor
for any cost associated with preparing or submitting a response to
this notice. An Ombudsman has been appointed to address concerns from
interested firms during this phase of acquisition. The Ombudsman does
not diminish the authority of the Program Director or Contracting
Officer, but communicates contractor concerns, issues, disagreements,
and recommendations to the appropriate Government official. When
requested, the Ombudsman shall maintain strict confidentiality as to
the source of the concern. The ESC Ombudsman is Col. Steven Sheldon,
ESC/CO, (781) 377-5106. The Ombudsman should be contacted only with
issues or problems that have been brought previously to the attention
of the Program Manager and/or Contracting Officer and could not be
resolved satisfactorily at that level. Please direct any questions on
the Integrated Security, Automated Access Control and Surveillance
System acquisition to Capt. Leonard Garcia, Program Manager,
781-377-9507, or Ms.Alicia Gettman, Contracting Officer, 781-377-8673.
Posted 06/29/99 (D-SN348266). (0180) Loren Data Corp. http://www.ld.com (SYN# 0339 19990701\63-0002.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|