SOURCES SOUGHT
63 -- INTRUSION DETECTION SENSOR TECHNOLOGY
- Notice Date
- 2/25/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, SA-6, 2nd Floor P.O. Box 9115, Rosslyn Station, Arlington, VA, 22219
- ZIP Code
- 22219
- Solicitation Number
- Reference-Number-DOS-03152002
- Response Due
- 3/15/2002
- Archive Date
- 3/30/2002
- Point of Contact
- Carolyn Horne, Contract Specialist, Phone 7038755030, Fax null, - Patricia Horvath, Contract Specialist, Phone 703 875 4684, Fax 703 875 5272,
- E-Mail Address
-
horneca@state.gov, horvathpa@state.gov
- Description
- The US Department of State (DoS) requests information from vendors capable of providing an intrusion detection sensor, which combines two complimentary detection technologies in one package. The DoS has facilities worldwide currently installed with intrusion detection sensors, including Passive Infrared (PIR), Ultrasonic, Active IR, and Video Motion Detectors (VMD). DoS is seeking intrusion detection technologies that combines two or more detection technologies in one package to increase the probability of detection when used with existing IDS systems. DoS is interested in integrating only currently developed technologies which must be compatible with DoS's existing IDS systems and is not interested in using dual technology solely to reduce nuisance alarm rates, although any sensor proposed should have an acceptable nuisance alarm rate along with a high probability of detection. The DoS's requirements are: dual technology which utilizes 2 unrelated intrusion detection technologies contained in the same package and shares the same power supply, it shall not include any actively radiating source that could exit the protected area through lightweight building materials such as glass, plastic, wood, sheetrock; if video motion detection technology is used, the video camera shall have low light capability and the video image shall include the time/date which shall be generated at the camera; the algorithm for video motion detection shall be contained as firmware internally within the sensor; there shall be a video output jack (BNC) for connectivity with external video equipment; if technologies such as PIR and ultrasonic are employed together, each shall have independently adjustable sensitivity so as to provide volumetric coverage to rooms ranging in area from 10' up to 30x30'; view based technologies such as PIR and video, shall matching fields of view; if video is employed, the video field of view shall match or exceed the view of the complimenting technology, i.e. PIR; the 2 technologies used shall normally complement each other but should have the capability to be switched between being either logically "AND'd" or "OR'd" together, when either video or ultrasonic sensing is employed as one of the complimentary technologies, they shall be capable of being independently and remotely disabled from an external open or closed contact source (form C); must operate on 12 VDC and consume no more than 200 milliamps of current; shall be tamper protected and if a PIR is employed it shall have some anti-masking provisions; and shall have 'form C' (Common, normally open and normally closed) dry contact outputs for both alarm and tamper conditions. EACH VENDOR RESPONSE SHALL INCLUDE COMPREHENSIVE BROCHURES, EQUIPMENT DESCRIPTIONS, TECHNICAL MANUALS, AND REFERENCES TO PREVIOUSLY COMPLETED INTRUSION DETECTION SENSOR PROJECTS; A POINT BY POINT RESPONSE TO THE REQUIREMENTS STATED IN THE TEXT OF THIS DOCUMENT, AND COMPLETION OF THE FOLLOWING QUESTIONS: (1) NUMBER OF YEARS YOUR COMPANY HAS BEEN IN THE INTRUSION DETECTION SENSOR BUSINESS; (2) TYPES OF TECHNOLOGY YOUR COMPANY EMPLOYS IN INTRUSION DETECTION SENSOR PRODUCTS; (3) DOES YOUR COMPANY CURRENTLY PRODUCE INTRUSION DETECTION SENSORS COMBINING 2 TYPES OF DETECTION TECHNOLOGIES; (4) DOES YOUR COMPANY PRODUCE A DUAL TECHNOLOGY SENSOR THAT IS COMPARABLE IN PRICE TO TWO SEPARATE (COTS) SENSORS; AND (5) DOES YOUR COMPANY CURRENTLY HAVE A GSA SCHEDULE, WHICH INCLUDES THE ITEMS/PRODUCTS YOU ARE PROPOSING?
- Record
- SN00030499-W 20020227/020225213120 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |