Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1995 PSA#1340

AFDTC/PKZB, 205 West D Ave, Ste 428, Eglin AFB FL 32542-6864

D -- D-TRENTECH BADGING SYSTEM, VISITOR IDENTIFICATION SOL F08635-95-R-0041 DUE 052695 POC Contact: Patricia Ellis, Contract Specialist, or Joyce Hefferman, Contracting Officer, at 904-882-4603. The 96 Security Police Squadron at Eglin AFB FL contemplates a sole source acquisition in accordance with FAR 6.302-l, only one responsible source, to Trentech, Inc, 3150 Old Hayneville Rd, Montgomery AL 36108. Security Police Squadron intends to procure an automated visitor control identification system. The system must be DOS based with application written in dBase IV. The system must utilize INFORMS software or equivalent. It must be user friendly with minimal training, generate customized badges for visitor identification, capable of operating from commercial power and have a minimum of one-half hour battery back-up, be able to generate custom reports based on information located within any single or combination of data fields, i.e. make of vehicle, state of registration and destination of entrant, possess the capability to store date, image of entrant, plus be able to recall and reissue credentials as needed, minimum number of records 1 billion, minimum number of bytes 2 million, minimum record size 4000 bytes, the File Server will serve a dual function capable of integrating with our Local Area Network (LAN) system. The Visitor system must have been evaluated and approved by the Air Force Security Police Equipment Management Activity (PEMA), Wright-Patterson AFB OH. The system will consist of the following hardware/software: (1) 486/66DX2 CPUs, (2) 14'' Super VGA Monitors, (3) Image Capture Boards, (4) CD Towers, (5) CCD Color Cameras, (6) LAN Adapter for Ethernet CS, (7) 700VA UPS/Line Conditioner with 1/2 hr backup, (8) INFORMS VICS Software, (9) 8 Port Remote Lan Server Netware to RS-232, (10) 28.8 KBPS V3.2 External Modem. System to include interface cable, site preparation, installation, 80 hrs training, three year warranty, four-hour response time for maintenance, and must be compatible with the Local Area Network (LAN) System already in operation. This system is to be composed of commercial off-theshelf hardware and is not intended to be an R&D effort. System modifications are not acceptable. Offeror will be responsible for acquisition, integration and testing of hardware. Offeror will be responsible for performing an acceptance test procedure. Performance/delivery is required within 120 days after receipt of contract. Contractors responding to this synopsis must provide evidence of their capability to fulfill the above requirements. If descriptive literature, brochures, etc., are provided to show evidence of capability to fulfill the requirement, they must show that the product offered conforms to the requirement. Contractors responding must indicate whether they are or are not a Small Business concern or Small Disadvantaged Business concern as defined in FAR 52.219-1 and 52-219-2, respectively. The Air Force reserves the right to consider a Small Business Set-Aside based on responses hereto. For information concerning technical aspects contact 96 SPS/SPTA, TSGT Jim Gildea, 904-882-5215. For contractual information, contact Patricia Ellis, AFDTC/PKZB, 904882-4603. Replies to this synopsis must be in writing and forwarded or faxed to AFDTC/PKZB, Attn: Patricia Ellis, 205 W D Ave, Suite 428, Eglin AFB FL 32542-6864 within 15 days from publication of this notice in the CBD. Fax number is 904-8829685. Respondents to this notice will not be notified of the results of the evaluation of information submitted. This synopsis is for information and planning purposes only, does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. After statements of capability have been screened, a solicitation will be issued to those prospective sources who, in the sole judgment of the purchasing activity, have the potential of successfully fulfilling the requirements of the planned contract. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. This requirement may be pursued sole source if the Air Force determines that only one source is capable of satisfying the requirements. See Numbered Note 22. (0123)

Loren Data Corp. http://www.ld.com (SYN# 0022 19950504\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page