Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

63 -- WSA TECHNOLOGY REFRESH

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
45 Arnold St Bldg 1600 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
FA8728-06-R-0002
 
Description
WSA Technology Refresh Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted by respondents to this synopsis is strictly voluntary. This synopsis does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. WHAT SYSTEM IS: Physical security systems for protection of PL-1N assets. (See AFI 31-101 and DoD C- 5210.41-M) WHAT CONTRACTOR WILL PROVIDE: The 642d ELSS is seeking sources with the following capabilities: PL-1N physical security systems engineering, design, installation, and sustainment of installed PL-1N physical security systems. This effort will include the system design, procurement, integration, installation, and support of the full spectrum of physical security equipment at Government and non-Government sites (CONUS) to improve a full spectrum of security capabilities. The scope of work includes site surveys, system effectiveness assessments (SEA), requirements definition, new technology insertion, system engineering, production and control of engineering and installation drawings, project documentation package development (including security system and site preparation designs, lists of materials, installation specifications, installation instructions), procurement of government approved security equipment and ancillary materials, site preparation, security system installation and integration, installation and post-installation system verification testing, removal of outdated security systems, site restoration, and contractor logistics support. Site preparation may include, but may not be limited to drainage and erosion control, grading, trenching, removal or replacement of above and below ground power and communications cabling, and pedestal installation. Physical security system installation may include, but is not limited to fencing, sensors, cameras, electrical and communications infrastructure, supporting physical infrastructure, hardware and software integration and site-specific software configuration. Contractor logistics support provides for the repair and technical support of fielded equipment and selected legacy systems. Interested potential sources should respond by indicating their capabilities, processes, and experience in the following areas: a) Systems Engineering of in-door and out-door complex physical security systems to protect high value and mission critical facilities and assets. b) Physical security system requirements development and analysis. c) Design of complex in-door and out-door multi-phenomenology physical security systems incorporating diverse intrusion detection and assessment technologies. d) Production, management, and control of engineering design documentation packages for complex physical security systems c) Procurement, inspection, pre-installation testing, and pre-installation control of complex equipment and materials for use in high technology physical security systems. e) Installation, integration, and testing of complex multi-phenomenology physical security systems; including out-door grading and grounds preparation, and electrical and communications cable infrastructure installation; and in-door cable and equipment installation. f) Upgrade of existing physical security systems by redesign and introduction of new technologies to improve performance, detection, and assessment capabilities; including upgrade of electrical and communications infrastructures to accommodate the new system. g) Meet requirements and have capability and willingness to work on Government sites (PL-1N) and facilities with a minimum security clearance level of SECRET. h) Accomplish one or more simultaneous large scale design-install projects throughout the continental United States. Interested potential sources should provide their responses to the above screening criteria, in writing, to 642d ELSS/FP 45 Arnold St, Bldg 1600 Hanscom AFB, MA 01731, not later than 19 Aug 06. Responders should indicate whether they would perform as a prime or subcontractor. Small and disadvantaged businesses should identify themselves as such. The small business definition for this contract is 750 employees (North American Industrial Classification System (NAICS) Code 334290. 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. Responses should indicate interested firms? small business status, e.g., small, small-disadvantaged, women-owned, HUBZone and/or service-disabled veteran. Firms should indicate whether they are U.S. or foreign owned. The Government requests potential offerors submit a statement of their intent to either be a prime or subcontractor as well as qualifications with respect to the key features discussed above. Responses should include examples of systems successfully integrated and/or examples of projects/systems where goals similar to those listed above were achieved. Responses must be submitted via e-mail, (not to exceed 18Mb) to Captain Greg Beyer (Gregory.Beyer@hanscom.af.mil) or Captain Alonso Segura (Luis.Segura@hanscom.af.mil). Additional program information can be obtained from the Hanscom Electronic Resources Bulletin Board (HERBB) at www.herbb.hanscom.af.mil. Please direct any questions on this announcement to Captain Tracey Howell-LaPalme, Contracting Officer, (781) 377-8359, Captain R. Dean Fisher, Contracts Specialist (781) 377-7721.
 
Web Link
WSA TECHNOLOGY REFRESH on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1347)
 
Record
SN01095027-W 20060723/060721221004 (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  © 1994-2020, Loren Data Corp.