Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1999 PSA#2379

Force 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