Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

N -- Security Management System (SMS)

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
10966076
 
Archive Date
1/18/2017
 
Point of Contact
Sharew Hailu,
 
E-Mail Address
sharew.hailu.civ@mail.mil
(sharew.hailu.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Delivery and installation of an Integrated Commercial Intrusion Detection System (ICIDS) This is an RFI as defined in FAR 15.201(e) to ascertain whether a commercial item exists that provides the capabilities described herein. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information. Nonetheless, submitters should properly mark their responses if the information is confidential. Responses to the RFI will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expense associated with responding to this RFI. RFI Response and due date: 1/3/2017 Instructions to Responders: Responses from all capable and qualified sources are encourgaged to respond to this request. White papers should adhere to the following formatting and outline instructions: 1. All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. 2. Cover Page (1page) •Title •Organization •Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) •Topic area(s) addressed 3. Please note that the response shall provide sufficient technical data to determine how you fully meet the requriements as specified in the Peformance Work Statement. Please note that responses are due no later than 3 January, 2017. The preferred method of submission is via email. The point of contact for this action is Sharew Hailu, Contract Specialist Sharew.Hailu.civ@mail.mil. Only electronic responses are requested. No evaluation letters and/or results will be issued to the respondents. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. NO PHONE CALLS PLEASE. It is the responsibility of any potential offeror to monitor this site for the release of any solicitation or synopsis. Title: Intrusion Detection System Requiring Activity Name: Walter Reed Army Institute of Research 1.BACKGROUND: 10 CFR 37.49 dictates that licensees of category 1 levels of radioactive materials must establish and maintain the capability to continuously monitor and detect without delay all unauthorized entries into its security zones and that monitoring and detection must be performed by continued monitored surveillance or a monitored intrusion detection system that is linked to an onsite or offsite central monitoring facility. 2.OBJECTIVES: The objective of this Performance Work Statement (PWS) is to satisfy the requirements of 10 CFR 37.49 through the purchase and installation of an intrusion detection system. 3.SCOPE: Delivery and installation of an Integrated Commercial Intrusion Detection System (ICIDS). The ICIDS Security Management System (SMS) workstation will integrate with the Fort Detrick Garrison ICIDS Security System, monitored at the Forest Glen Project Management Office (PMO) for simultaneous, 24 hour monitoring. 4.PERIOD OF PERFORMANCE: The period of performance shall be 120 days from date of contract award. 5.REQUIRED TASKS: 5.1.Provision and Installation. The contractor shall provide and install a new ICIDS SMS Workstation and integrate it with the Fort Detrick Garrison ICIDS CIV Security System, monitored at the Forest Glen PMO for simultaneous, 24 hour monitoring, of SIPRnet Room 1W20, Radiation Room GW160, Narcotics Vault GN20 and Radiation Storage Bunker in the rear of Building 503 at Forest Glen Annex. The contractor shall integrate, install and test the new DAQ SMS Workstation for monitoring the four IDS zones in Building 503 Watch Station adjacent to the WRAIR staff duty desk, the location of the WRAIR Operator Workstation (OPWS), and 24/7 monitoring on the CIV System in the Forest Glen PMO in Building 605, Silver Spring, Maryland. 5.2.Provision and Installation. The contractor shall provide and install the following equipment: One (1) StarWatch SMS Workstation with a monitor and speakers, SMS Software License, (1) Uninterruptable Power Supply (UPS), all associated hardware required to connect the four IDS zones to the Computer and integrate/ connect the same four IDS zones to the Forest Glen ICIDS-III CIV server for monitoring and police response, and installation items. 5.3.Remote Monitoring at the PMO. This requires a memorandum of understanding between WRAIR and Forest Glen Fort Detrick Garrison Physical Security for 24/7 monitoring and police response of the four IDS Zones. The contractor shall establish and test all connections. Once the Government provides the contractor with written authorization, the contractor shall make connections active. 5.4.Reconfiguration. The contractor shall reconfigure the RADC CallistoView, update the ICIDS-III PMC Master Database and graphics/mimics, test system operation to ensure system communications is operational, configuration files and primary databases annunciate all alarms points and all Access Controlled doors operate properly. The contractor shall also provide an As-Built Drawing for the new Access Control zones within 30 days after installation. 5.5.Warranty. The contractor shall provide one year parts and labor warranty support. 6.DELIVERABLES: 6.1.Equipment and Drawings. The contractor shall deliver to the COR an Equipment List and Drawings (Deliverable 1). The contractor shall provide a draft of Deliverable 1 to the COR though email five (5) business days after contract award and shall provide a final of Deliverable 1 to the COR though email one (1) business day prior to the end of the period of performance. The contractor shall include within Deliverable 1: a)list of all equipment and installation materials. This list must include: item number, part number, description, and quantities; and b)IDS to PMO Block Diagram. 6.2.Monthly Progress Report. The contractor shall deliver to the COR a Monthly Progress Report (Deliverable 1) that describes all work completed and in-progress in support of this PWS. The contractor shall provide Deliverable 1 to the COR though email by fifth (5th) business day of the following month. 6.3.Final Work Summary Report. The contractor shall deliver to the COR a Final Work Summary Report (Deliverable 3) that describes all work completed in support of this PWS. The contractor shall provide Deliverable 3 to the COR though email one (1) business day prior to the completion of the period of performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/10966076/listing.html)
 
Record
SN04358916-W 20161224/161222234746-dc1e0ae1ca9d34da74bf760f38f1189a (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.