Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOURCES SOUGHT

D -- Annunciator Systems

Notice Date
4/5/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AFDWSourcesSought1
 
Response Due
4/18/2007
 
Archive Date
5/3/2007
 
Description
Air Force Security Forces has a requirement for three annunciator systems that meet requirements set forth in the Capabilities Development Document for Protection Level 1, Nuclear Requirements. Information is being gathered to determine if more than one supplier has the capability to fully meet the Government?s stated requirements. All responses should be submitted to Ms. Libby Waldman-Strugatch, (202) 767-8098, libby.waldman@bolling.af.mil. In accordance with Federal Acquisition Regulation (FAR) 15.201(e) this notice serves as a request for information. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. The purpose of this RFI is to receive feedback from industry in regard to the following and is in support of a market survey. The system must support all card technologies for Access Control (e.g. proximity, magnetic stripe, common access card (CAC) to identify personnel, log vehicle registrations and to detect unauthorized entry attempts. The system must feature anti-pass back and meet HSPD-12 and FIPs 201 compliance for Biometrics. The system must be capable of maintaining multiple door/gate interlocks (individual doors/gates) at multiple locations (several set of four doors) simultaneously. The system must be capable of preventing or allowing doors/gates to open or close only when a user definable set of conditions are met (e.g. only allow door 1 to open if door 3 is closed and sensor 2 is active and sensor 7 is secured). The annunicator must be able to communicate with all intrusion detection equipment, including interior, exterior, and beyond the perimeter detection devices. The annunciator must be able to interface with industry-standard sensors to include emerging technologies that provide XML output such as PSRS, MSTAR, ARSS, PERIMITRAX, PIRIMIDS, Object video motion etc. The system must have the capability to support unlimited routing and re-routing of alarms. The system must be capable of displaying static alarm points and dynamic icons (e.g. radar targets and IFF locations). The annunicator must have the capability to control third party devices through sequential actions and close relays and disable alarm points. The annunciator must be fully capable of XML open common interface philosophy for data sharing of internal and external devices and the capability to import and export XML formatted data for alarm annunciation and action lists. The annunicator must have inherent capability for badging with fully integrated client/server enrollment station with a web browser interface with all associate peripherals (e.g. camera, printer, computer hardware etc.). Video imaging and biometrics (e.g. hand geometry) and signature capture pad during enrollment at a minimum is required. A full interactive training module for operators is required. A template editor to allow creation of site-unique badge templates to include logos, backgrounds, verifiers etc. for use on the badge. A full color alarm status graphics package is required with site maps, navigation controls, animation and interactive icons for actionable information. The annunicator must be GIS compliant and display longitude and latitude coordinates for smart sensors. The system must be able to visually mask sensor annunications for high traffic areas and other reasons to meet mission needs. The software must have a robust editor ability to create unlimited custom site maps and icons manually importing existing graphics (e.g. jpg, bmp, dxf, shp, etc.). The system must have the capability to integrate thermal imaging and call up camera using GEO-based protocols. The annunciator must have integrated Video Storage System (VSS) capability capturing pre- and post-alarm events and provide automatic and continually looping playback of the stored video. Respondents to this RFI should provide a brief qualifications and capability package (not to exceed 10 pages). Also include information such as: Company name, address, email, telephone number, points of contact, CAGE code, size of business pursuant to North American Industrial Classification System (NAICS -- yet to be determined) and respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and whether your firm is certified under Section 8(a) of the Small Business Act. (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This is an RFI only and all information received will be for marketing purposes. All communication regarding this RFI, including submissions, should be in writing and submitted in a commonly used format electronically. Interested respondents having questions with respect to the information requested in the RFI should direct them in electronic format only to Ms. Libby Waldman-Strugatch, at libby.waldman@bolling.af.mil. Telephone inquiries, questions, and/or comments will not be accepted, and a response may not be provided. All communication will be posted through FedBizOpps for this Request for Information. Please provide the requested information not later than 12:00 pm noon (Eastern Standard Time) 18 April 2007 in electronic format.
 
Record
SN01267212-W 20070407/070405220950 (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.