Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOURCES SOUGHT

63 -- ACADEMIC TRAINING CENTER (ATC):The ATC will construct flight simulators, training facilities, a squadron operations building, shared infrastructure tie-in, utility relocations and supporting facilities like parking lots and site work.

Notice Date
4/2/2012
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-S-0013
 
Response Due
4/12/2012
 
Archive Date
6/11/2012
 
Point of Contact
Sandy Oquita, (213)452-3249
 
E-Mail Address
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT ONLY AND NOT A REQUEST FOR COMPETITIVE PROPOSALS. The U.S. Army Corps of Engineers, Los Angeles District, intends to specify the sole source system/items cited below for Advantor Security Intrusion Detection Systems (IDS) to support an anticipated future procurement for the following four projects located at Luke Air Force Base, Maricopa County, Arizona. ACADEMIC TRAINING CENTER (ATC):The ATC will construct flight simulators, training facilities, a squadron operations building, shared infrastructure tie-in, utility relocations and supporting facilities like parking lots and site work. All of the facilities shall comply with the Special Access Program Facility (SAPF) security specifications, DoD force protection requirements per unified facilities criteria and meet and be certified LEED Silver under the USGBC LEED-NC Rating System. The project(s) will include intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. This project will comply with all applicable standards and codes, including the DOD Anti-Terrorism/Force Protection requirements per UFC 4-010-01. Luke Air Force Base utilizes the sole source systems/items cited below by a single manufacturer for consistency, compatibility and sustainability. The sole source system(s)/item(s) bellow are part of existing base-wide systems of the same manufacturer listed. Systems, equipment and devices will be required to be fully compatible and operable with the existing base-wide system. Systems, equipment and devices to be installed, configured, operated, and maintained to include any software programming features shall not impair reliability or operational functions of those existing base-wide systems already in use. The use of Other than Full and Open Competition for these items is authorized by FAR 6.302-1 where a substantial duplication in cost to the Government is not expected to be recovered through competition. No solicitation is available, however, all submittals received within 10 days of this publication will be considered by the Government. A determination by the Government to use sole source specifications is solely within the discretion of the Government. Advantor Security Intrusion Detection Systems (IDS): General product requirement: Provide an independent and standalone ADVANTOR SYSTEMS ADVANTAGE SUITE for Windows 5.0 Intrusion Detection System (IDS) that shall be designed, installed, configured, operate, and maintained independently of any other system. Meaning, the IDS shall not be connected to any other system including the Access Control System (ACS) or the Closed Circuit Television (CCTV) system in accordance with DCID 6/9, JAFAN 6/9 DOD Instruction 8510.01 (DOD Information Assurance Certification and Accreditation Program), UL 2050 and UL 681 and shall be certified to comply with the requirements for Class A computing devices and labeled as set forth in 47 CFR 15 System operation: The system, including all components and appurtenances, shall be configured and installed to yield a mean time between failure (MTBF) of at least 10,000 hours continuous operation. Probability of Detection; each zone shall have a continuous probability of detection greater than 90 percent and shall be demonstrated with a confidence level of 95 percent. This probability of detecting a standard intruder equates to 49 successful detections out of 50 tests or 98 successful detections out of 100 tests. System Reaction All alarms shall be annunciated on the displays within 1 second of their occurring at a local processor. The system shall monitor and control the number of inputs and outputs to include an expansion capability of a minimum of 25 percent constructed with off-the-shelf components which are physically, electrically and functionally interchangeable as complete items and not require modification of either the new component or of other components with which the items are used. Custom designed or one-of-a-kind items shall not be used. Interchangeable components or modules shall not require trial and error matching in order to meet integrated system requirements, system accuracy, or restore complete system functionality. Please provide a written statement of compliance and a technical description of your company's product{s) to include descriptive literature and technical specifications necessary to support that compliance. Also include a list of projects in which the proposed manufacturer system/item has met similar integration and compatibility with existing base-wide systems. The list shall include the exact location of project(s) and a point of contact for the base or owners representative contact with phone numbers. Point of contact is Sandy Oquita, Contract Specialist. Capability responses and inquiries will only be accepted electronically by email at: Sandra.oquita@usace.army.mil. Capability responses should include product descriptive literature and technical specifications, your point of contact info (name, phone number, email), and pricing info. Please provide. All interested parties must submit their responses to: Sandra.oquita@usace.army.mil no later than 2:00 PM (PST) on 12 April 2012. Capability responses sent to any other email address will not be accepted. This notice of intent shall not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice of intent or otherwise pay for information requested. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. Respondents will not be notified of the results of this surveyor results of information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0013/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02711197-W 20120404/120402234537-2f825870e6b8e510993348e4350472c3 (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.