SOLICITATION NOTICE
J -- Maintenance and Repair of ICIDS II Intrusion Detection Systems/Entry Control Systems/Closed Circuit Television Systems and system Monitoring Services at Fort Lewis, Washington.
- Notice Date
- 2/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-04-R-0007
- Response Due
- 3/19/2004
- Archive Date
- 5/18/2004
- Point of Contact
- Diane Zientek, (253) 966-3501
- E-Mail Address
-
Email your questions to ACA, Fort Lewis
(zientekd@lewis.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The contractor shall provide all necessary personnel, services and equipment to administer, maintain, and repair all Intrusion Detection Systems/Electronic Entry Control Systems/Closed Circuit Television (IDS/EECS/CCTV) components, including integrat ed commercial Intrusion Detection system II (ICIDS II) components, sensors, connections, system wiring, control units, and conduit that are an integral part of the Ultrak Inc./MDI OS2/SAFENET system (ICIDS II) with 3D Graphmap. Additionally, the contracto r shall provide services to those installation facilities that have legacy systems composed of components by Moose, Simplex, ADT, Ademco and JSIIDS systems connected to ICIDS II. The contractor shall provide all necessary manpower and material required to perform replacement of components, scheduled adjustments, conducting tests, or other scheduled or non-scheduled work and all necessary services required for administering the system. Service personnel shall have been trained on the OS2/SAFENET equipment and testing and administrative procedures. Additionally, the contractor shall provide all trained personnel for ICIDS II monitoring services. This service shall cover three (3) shifts, 24 hours per day, 7 days per week, 365 days per year. The contracto r shall be MDI trained and certified for SAFENET systems (OS2 and Microsoft Office 2000) and shall have a minimum of three (3) years experience on systems equal in size, type, and complexity of the systems indicated. Proof of certification and training sh all be submitted with the proposal. Monitoring shall be conducted from designated locations on Fort Lewis. The Government intends to award a Firm Fixed Price contract for a base period of 1 April through 30 November 2004 and four option periods. The pro posed procurement is 100% set aside for small business. The NAICS is 561621 and the size standard is any concern including its affiliates with an average annual dales or receipts for its preceding three (3) fiscal years not in excess of $10.5M. Contracto rs offering proposals on this project must be registered in the Central Contractor Registration Registration (CCR) database. The solicitation will only be available by downloading from the website at http://www.lewis.army.mil/doc. The anticipated release date is March 19, 2004. Requests for information may be emailed to diane.zientek@lewis.army.mil.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN00519727-W 20040212/040210212248 (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 |