SPECIAL NOTICE
63 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT –COMPONENTS FOR ELECTRONIC ACCESS CONTROL AND INTRUSION DETECTION SYSTEMS
- Notice Date
- 6/3/2015
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415SNB58
- Archive Date
- 7/8/2015
- Point of Contact
- Amber Graves, Phone: 812-854-8539
- E-Mail Address
-
amber.graves1@navy.mil
(amber.graves1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-15-S-NB58 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT -COMPONENTS FOR ELECTRONIC ACCESS CONTROL AND INTRUSION DETECTION SYSTEMS FSC 6350 - NAICS 561621 Issue Date: 3 JUN 15 - Closing Date: 23 JUN 2015 - 3:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for Electronic Access Control and Intrusion Detection Systems. Anticipated requirements include circuit cards, card readers, enclosures, power supplies, software, licenses, and support that establish the backbone of an enterprise electronic security system. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the Original Equipment Manufacturer (OEM) AMAG Technologies, Inc. 20701 Manhattan Pl. Torrance, CA 90501, (CAGE 1DAJ3). This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the cost of $11.7 million and the unacceptable delay of 10 years that would be required to replace all existing AMAG equipment due to incompatibility with an alternate replacement product and installation of the new equipment solution. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide components that meet the Government's requirement and qualification requirements for Electronic Access Control and Intrusion Detection Systems may respond. Responses should address how the Government can offset the estimated $11.7 million in cost duplication and the schedule delay that are anticipated to result if a new source is utilized. Responses should include availability, budgetary cost estimate, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the significant Government investment in the existing AMAG solution. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-15-S-NB58 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable option for future requirement; to take exception to the anticipated sole source as your company currently meets all of the Government requirements. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Ms. Amber Graves, amber.graves1@navy.mil or 812-854-8539. The mailing address is: NAVSURFWARCENDIV Crane, attention Amber Graves, Code 0221, Bldg 121, 300 Highway 361, Crane, IN 47522-5001. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415SNB58/listing.html)
- Record
- SN03752199-W 20150605/150603235452-6e47238fc514498e6953fd6ef1da51b4 (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 |