Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
MODIFICATION

59 -- Request for Information - Automated Installation Entry Control System and Visitor Center Enrollment System

Notice Date
2/7/2006
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for IT Solutions (5TF), 230 South Dearborn Street - Room 3380, Chicago, IL, 60604-1696
 
ZIP Code
60604-1696
 
Solicitation Number
Reference-Number-5TI57050731
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Point of Contact
Micky Mayes, Contracting Officer, Phone 312-886-8820, Fax 312-886-3827, - Jose Rodriguez, Contract Specialist, Phone 312-886-2362, Fax null,
 
E-Mail Address
micky.mayes@gsa.gov, josel.rodriguez@gsa.gov
 
Description
Note: If you intend to request a copy of the Gatekeeper software, you must do so by noon (CST) on Monday, February 13, 2006. All other questions regarding the RFI are also due at that time. The due date for RFI responses remains Friday, February 17, 2006. The General Services Administration?s Federal Technology Service, Region 5 Chicago, on behalf of the U.S. Air Force Electronic Systems Center (ESC) Forces Protection Systems Squadron, is issuing this Request For Information (RFI) in order to identify companies having the technology, qualifications and capabilities to provide an Automated Installation Entry Control System and Visitor Center Enrollment System at entry control points for approximately 150 Air Force installations, both Continental United States (CONUS) and Outside the Continental States (OCONUS). Capabilities/qualifications submitted in response to this RFI will be evaluated for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses will be evaluated for their viability. The determination of procurement strategy, based upon the responses to this RFI, is solely within the discretion of the government. All sources may submit a response, which will be considered by the government. This RFI is for information and planning purposes only. It does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. Furthermore, the Government reserves the right to publish any information provided by a respondent to the RFI if publishing such information is done without attribution (i.e., does not identify the party submitting the response materials), and would not reveal company trade secrets or other similar protected or proprietary information. For example, if a respondent were to ask when the draft RFP would be released, then such a question could be published without attribution and would not jeopardize any corporate or trade secrets of the respondent. Accordingly, the Government may publish such materials. On the other hand, if a respondent were to provide detailed product rollout plans for a new device, then that material would not be published if properly marked. We invite comments/information on the following: A respondent?s commercial-off-the-shelf product(s) and capability(-ies) to meet the requirements in the attached draft Performance Specification Item Specification for the Automated Installation Entry Control System Core Kit and Performance Specification Item Specification for the Visitor Center Enrollment System. (The response may include potential alternatives to the typical equipment suites in each performance specification draft. However, please highlight the differences.) Whether the above products and capabilities are currently available on an established Government contract (i.e., GSA FSS Schedule). Whether the above products and capabilities are currently available on the open market. Whether the commercial-off-the-shelf product(s) have the capability to interface with other security equipment and/or subsystems. A respondent?s comments on the draft Statement of Work. Specifically, do any areas of the Statement of Work and/or associated documents need to be clarified in order to allow the respondent to propose on a Firm Fixed-Price basis? Whether or not the delivery timeframes in the draft Statement of Work are feasible. Typical pricing structure for the supplies and services necessary to fulfill the Automated Entry Control System and Visitor Center Enrollment System requirement. The following table outlines a potential pricing structure, with possible equipment configurations listed. All configurations have the potential to be deployed at CONUS and/or OCONUS locations. Feedback on the pricing structure is encouraged. Client references to other Government Agency POC's with in-depth experience procuring similar devices. Common commercial practices and standards for warranty coverage applicable to the equipment and workmanship of the Automated Installation Entry Control Core System and Visitor Center Enrollment System. For example, what is and is not covered under the warranty (-ies)? What is the duration of the warranty period? Are extended warranties common and available for this equipment? Common commercial practices and standards for preventative maintenance (i.e., How much preventative maintenance for this system is required? Is this typically carried out by end users or under maintenance agreements with the manufacturer or other service providers?). Common commercial practices and standards regarding end user training on the use and maintenance (database and hardware) of the Automated Installation Entry Control System and Visitor Center Enrollment System. Management and operations associated with delivery of equipment, quality control, scheduling, training and technical support to include domestic and overseas locations. Contractor?s and/or potential subcontractors? status as a small business, veteran owned small business, -HUBZone small business, small disadvantaged business, service-disabled veteran owned small business, women-owned small business. Proprietary Information. Indicate specifically whether the response includes proprietary information, and which information should be considered proprietary. Requirements for marking proprietary information are in FAR Subsection 3.104. Note: See FAR Subsection 3.104-4 for how this information will be safeguarded, if properly labeled. NOTE: All parties interested in submitting a response may contact the GSA representative listed below to request a copy of the Gatekeeper software (listed in the performance specification as GFE) for evaluation and use in preparation of their response to this RFI. This RFI is being issued in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The Government does not intend to award a contract on the basis of the RFI. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government?s use of such information.
 
Place of Performance
Address: multiple locations
 
Record
SN00982761-W 20060209/060207214924 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.