Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOURCES SOUGHT

63 -- CENTRAL STATION FIRE MONITORING SYSTEM AT KENNEDY SPACE CENTER, FL

Notice Date
5/30/2006
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
White-01
 
Response Due
6/30/2006
 
Archive Date
5/30/2007
 
Description
NASA/KSC is hereby soliciting information about potential sources for Central Station Fire Monitoring System vendors. The following information is sought. Please Explain/describe: I. Compatibility a. Compatibility with the present KSC Central Station Fire Monitoring Systems (CFMS). The present KSC CFMS systems are Digitize, Siemens, and Simplex. These monitor approximately 400 fire alarm control panels. b. Proposed system?s ability to readily integrate and monitor various types of signals (i.e. RF& Hard Wire, Digital Alarm Communication (DAC) inputs). c. All available fire alarm system manufacturers that are compatible with the proposed central station. II. Consolidation a. Capability to consolidate the 3 present KSC Central Station Fire Monitoring Systems (Digitize, Siemens, and Simplex) into a single, consolidated color graphics display. III. Separate Signaling (Vectoring) a. Ability to separately send trouble, supervisory and alarm signals to separate locations; Ability to perform real time vectoring of signals from primary monitoring location to a test monitoring location via click and drag application. This will be used for testing in support of maintenance operations and facilities modifications; Methodology for vectoring alarms, troubles, and supervisory alarms to designated color graphic display (CGU) units; and capability to transfer reporting for a designated panel from one CGU to another CGU and back again. IV. Simultaneous Testing a. Ability to test at least 5 different facility fire alarm panels simultaneously. Also, describe in detail number of fire alarm systems that can be tested simultaneously via remote monitoring. Specify if those simultaneously tested fire alarm systems must be the vendor?s brand or if they can be other vendors? brands. V. Wireless Communication a. Capabilities to provide wireless communication for remote facilities and for the Mobile Launch Platforms VI. Miscellaneous a. Availability of open protocol/license for the central station fire monitoring system. b. The proposed system is a readily available COTS product that is UL listed for its intended use. c. System?s ability to generate canned and custom reports in a Microsoft Office WORD and EXCEL format. d. Provide a list of fire alarm reporting systems that have been installed, with a minimum of 2 years of service, which meet all the above requirements and are of a similar size and complexity to KSC?s fire alarm reporting system No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to:Sharon White, OP-ES-A, Kennedy Space Center, FL 32899 no later than June 30, 2006. Please reference White-01 in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#120433)
 
Record
SN01059339-W 20060601/060530221008 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.