Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2003 FBO #0468
MODIFICATION

63 -- Intrusion Detection Alarm System

Notice Date
3/11/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0000
 
Response Due
3/28/2003
 
Archive Date
4/12/2003
 
Point of Contact
Patti Ashley, Contract Specialist, Phone 301-995-8925, Fax 301-995-8670,
 
E-Mail Address
ashleypc@navair.navy.mil
 
Description
?Request for Information.? The Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division, Special Communications Requirements Branch (Code 4.5.11) is seeking information regarding an Intrusion Detection Alarm System for protection of US Navy interior spaces, and is requesting Market Survey information. The Intrusion Detection Alarm System shall consist of a Controller and a User Interface Device (UID) with visual display, and will use a variety of security sensors. The Controller shall be of current or advanced technological design and shall weigh no more than twenty (20) pounds, excluding the power supply and battery. It shall interface to a minimum of six (6) zones that may consist of one or more security sensors. The Controller shall utilize sensor I/O modules to interface the security sensors to the Controller via a communications bus. The internal communications bus between the Sensor I/O Modules and the Controller will use an "open architecture" protocol so that other vendors may build specific function modules that the Controller will recognize. The Controller shall store a minimum of 2000 events. Stored events shall be available at the UID, and also available for retrieval via an external computer connection. The Controller shall allow for local monitoring (on-site, but not located within the protected area) of the Alarm status, but this link shall be protected by encryption. Also, the Controller shall allow for Remote Monitoring (off-site) of the Alarm status, but this link shall also be protected by encryption. The UID shall allow for arming and disarming the system, viewing alarm and system status, acknowledging alarm events, and viewing stored events. It shall provide an interface between the Controller and the System Operator. It shall contain, at a minimum, alphanumeric entry keys as well as audible and visual enunciators to clearly indicate system status. The system shall be capable of interfacing with commercially available motion sensors. The Controller/power supply for the system shall be able to withstand and operate in the presence of inferior electrical conditions such as brownouts, surges, and transients, as well as extreme indoor temperature and humidity conditions. It shall operate using power from 120VAC, 60Hz, and 240VAC, 50Hz, sources. THIS REQUEST FOR INFORMATION IS NOT A REQUEST FOR PROPOSALS. Interested parties are requested to submit a capabilities statement that is no more than 15 pages in length, and demonstrates their ability to provide the systems listed above. Companies replying to this RFI should also provide documentation showing whether company is U.S.-owned. The 15-page capabilities statement should address, as a minimum, the following: (a) prior/current corporate experience in providing similar systems within the last three years including contract number, organization supported, technical point of contact information, and contract value; (b) company profile to include number of employees, annual revenue history, office locations, DUNs number, Cage code; and complete responses to the following specific questions: (1) Is UL 2050 applicable to your company's product? (2) Will your company supply source code for your product? (3) Can your company provide well-documented source codes? (4) Is your product written in a standard or a proprietary language? If standard, which one? (5) May the US Government alter the source code? (6) Is the software written in-house? (7) Can your company furnish reliability data? (8) For how long will the proposed equipment be manufactured? (9) Will your company provide installation and technical manuals for review? (10) Is the hardware designed and manufactured in-house? (11) Per the basic description above, comment on whether your equipment presently can meet each of the needs listed. (12) Is the communication protocol between the security sensors and the Controller protected? If so, is it proprietary or standard? (13) If the equipment uses encryption, comment on whether it is proprietary or an industrial standard, such as DES. (14) Is your company's equipment CE compliant? (15) Is your company's equipment FCC Part 15 Class A or Class B compliant? All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. If there is a GSA or other contract vehicle already available for the technology being proposed, please include this information in the response. It is highly encouraged that packages be submitted electronically to the Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following address: ashleypc@navair.navy.mil. Alternatively, the package may be sent by mail to the following address: Department of the Navy, Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20686-0010, Attn: Patti Ashley, Code 2.5.1.2.3.3. The information may also be faxed to 301-995-8670, Attn: Patti Ashley, Code 2.5.1.2.3.3. Telephone and other means of oral communication requesting information will not be permitted. The submitted information and data packages will not be returned, and may form the basis for future Navy requirements. The Government does not intend to award a contract on the basis of this notice, and the Navy will not pay for product research, development, qualification testing, re-packaging, re-design or information received in response to this announcement. The Government is not committed nor obligated to pay for the information provided and no basis for claims against the Government shall arise as a result of a response to this RFI or Government use of such information. A duplicate of this RFI is available via the Internet at the following URL: http://www.navair.navy.mil/business/ecommerce/index.cfm. The deadline for response to this Request for Information is 28 March 2003.
 
Place of Performance
Address: St. Inigoes, Maryland
Zip Code: 20686
Country: USA
 
Record
SN00276898-W 20030313/030311213914 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.