Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

63 -- VINDICATOR® and/or VICADS® Maintenance and Installation on Intrusion Detection Systems

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 801 Kenney Ave Ste 2301, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA460817QXXXX
 
Archive Date
1/21/2017
 
Point of Contact
Jennifer R. Souza, Phone: 3184563181, Gary E Frank, Phone: 3184566833
 
E-Mail Address
jennifer.souza.3@us.af.mil, gary.frank@us.af.mil
(jennifer.souza.3@us.af.mil, gary.frank@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR Vindicator® and/or VICADS® Maintenance and installation on intrusion Detection Systems REQUEST FOR INFORMATION SOURCES SOUGHT SYNOPSIS: The Department of the Air Force, 2d Contracting Squadron at Barksdale AFB, LA on behalf of AFGSC, 2 BW, and 2nd Security Force Squadron is conducting market research, solely to identify potential sources that possess VINDICATOR® and/or VICADS® experience, capabilities, expertise, and certificationS necessary for working on an Air Force approved Electronic Security System (ESS) ESS is an expansive program designed to utilize intrusion detection systems (IDS); closed circuit televisions (CCTV); Automated Entry Control Systems (AECS); and associated peripherals to support Protection Level resources; typically, PL-1 non-nuclear through PL-4 applications and configurations. Installed (ESS) on base facilities are guided by security doctrines contained within Air Force instructions (AFI) 31-101 and (AFI) 31-401. This RFI does not constitute a solicitation (Request for Proposal or Request for Quotation) or promise to issue a solicitation in the future. The information provided in response to this RFI is for discussion purposes, and any potential strategy developed from this discussion would be the subject of a separate future announcement. DISCLAIMERS: As stated in Federal Acquisition Regulation (FAR) subpart 15.201(e), Reponses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. AS stated in FAR 52.215-3, "Request for Information or Solicitation for Planning Purposes," the Government does not intend to award a contract on the basis of this RFI. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The information received in response to this RFI may be utilized by the United States Air Force (USAF) in developing required documents (i.e.; Statement of Objectives, Performance Work Statement, or Purchase Description). The Government requests non-proprietary information to be submitted in response to this RFI. The Government has not made a commitment to procure any of the services or items discussed. Release of this RFI shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become property of the USAF and will not be returned. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI. Response to the RFI is strictly voluntary. INSTRUCTIONS: This RFI allow Contractors to provide their company's business information. Small businesses are encouraged to participate in this Market Research. Questions relative to this market survey should be addressed to the requiring activity. BUSINESS INFORMATION: Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: 561621- Security Systems Services (except locksmiths) Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) •· SAM registered (Yes / No) •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). This RFI will be posted for 15 Days. Written responses or e-mails only please, must be received no later than close of business January 6, 2017 at 4:30 p.m. CST. Please email copies of your response to: 2 CONS/LGCC Attn: Mrs. Jennifer R. Souza 801 Kenney Ave. Suite 2301, Bldg. 4400 Barksdale AFB LA, 71110 jennifer.souza.3@us.af.mil 318-456-3181 Questions relative to this market research should be addressed to the above listed point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f8bd4e8baca86f2b03971f08a3621920)
 
Place of Performance
Address: 2 MSG/SFS-SFT, 12 Range Road, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN04357216-W 20161223/161221234358-f8bd4e8baca86f2b03971f08a3621920 (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.