Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOURCES SOUGHT

70 -- Fire Alarm Transceivers

Notice Date
8/6/2010
 
Notice Type
Sources Sought
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Fort Stewart DOC, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M10FIRAL
 
Response Due
8/12/2010
 
Archive Date
10/11/2010
 
Point of Contact
Barry Smith, 912-767-5467
 
E-Mail Address
Fort Stewart DOC
(barry.s.smith@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from businesses capable of performing the required services. THIS IS NOT A REQUEST FOR PROPOSAL. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. The Mission and Installation Contracting Command at Ft. Stewart, GA, has an anticipated requirement to convert all fire alarm transceivers and related equipment to narrowband IAW the National Telecommunication and Information Agency (NTIA). This includes all fire alarm transceivers at Ft. Stewart and Hunter Army Airfield. In addition, in order to meet the Armys directive for PC based systems, new Management Systems/Reporting Systems shall use Windows 2000 or Windows XP operating systems. The current operating system in use is MS-DOS. The anticipated NAICS is 334119 with a Small Business Size Standard of 1000. Interested respondents should submit a brief capabilities statement package (no more than 20 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firms ability to perform the services. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. a. Is the manufacturers product Underwriter Laboratories Listed (UL) for use with the existing Monaco Enterprises, Inc Wireless plant? Fire alarm systems are intended for the protection of life and property. b. Please provide a list of installations/customers (with contact information) where the manufactures system has been integrated into an existing Monaco Enterprises, Inc wireless fire alarm plant. c. A demonstration may be desired/required as a result of the evaluation of submissions. d. Define manufacturer support via training of government maintenance personnel. If a catastrophic failure occurs that the government cannot repair, or a critical part or assembly is not available. What is the manufacturers response time? e. Whats is manufacturers warranty f. Give a detailed transition plan for conversion to the new system. How will the manufacturer guarantee that no interruptions in service will be experienced? Will an emergency contingency plan be in place if something fails anyway? It will likely be necessary to have both systems operating simultaneously during the changeover. Will the systems interact negatively and cause malfunctions? The existing equipment will not be unplugged until the new equipment is demonstrated to work according to specifications, with a defined burn-in time to look for problems that may crop up during any debugging. g. Will the system require more infrastructure than is currently required? h. Can the manufacture provide a Statement of Network Worthiness, which indicates that the equipment meets NEC (formerly DOIM) criteria? i. Can the manufacturer guarantee compatibility of any legacy Monaco Enterprises, Inc wireless equipment that is not part of the fire alarm plant, such as the Intergraph wireless file server? 4. Description regarding capability to meet requirements discussed in the DRAFT SOW. 5. State the lead time (days) necessary for your firm to begin performance after award. Responses shall be submitted immediately seeing that this anticipated requirement is fluid by email to Barry Smith at barry.smith@us.army.mil. All Submision must be in by 4:30 PM Local
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4383d7df6c1827176845ece51bfdcdcc)
 
Place of Performance
Address: Fort Stewart DOC Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
Zip Code: 31314-3322
 
Record
SN02232145-W 20100808/100806235600-4383d7df6c1827176845ece51bfdcdcc (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.