SOURCES SOUGHT
63 -- MXS Advantor IDs Upgrade
- Notice Date
- 8/10/2017
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- MXSAdvandorUpgrade
- Archive Date
- 8/31/2017
- Point of Contact
- Virginia S. Garcia, Phone: 5058462917
- E-Mail Address
-
virginia.garcia.1@us.af.mil
(virginia.garcia.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- •1. SOURCES SOUGHT NOTICE FOR LABOR TO INSTALL, PROGRAM, TEST AND COMMISSION THE NEW ADVANTOR IDS PANELS. •A. INTRODUCTION •1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. •2. This is an initial step in the planning process for the labor to install, program, test and commission the new Advantor IDS panels. The Government is contemplating award of a Firm Fixed Price Purchase Order. •3. The 377 MSG/PKB at Kirtland Air Force Base, New Mexico, seeks potential sources to provide all labor to install, program, test and commission the new Advantor IDS panels. Installation/labor is to be performed by Advantor-certified technicians. The new panels will use the existing communications medium and will be integrated into the Advantor Suite for Networks (ASN) alarm that is currently in use at the 377th Security Forces Squadron (SFS) Base Defense Operations Center at Kirtland AFB, NM. NOTE: The ASN must be operating with ASN, version 6.0 for the IDS to properly alarm. •4. Delivery Date: Preferred 30 Day After Receipt of Offer (ARO). •5. The North American Industrial Classification Systems (NAICS) code is 561621, Security Systems Services (except Locksmiths), which has a large business size standard of $20.5M. •B. INFORMATION AND INSTRUCTIONS: •1. All businesses capable of providing this product are invited to respond. Any information provided to the Government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. •a. Requested information listed below must be received no later than 1100 hours (Mountain Standard Time ) on 16 August 2017 •b. Information package responses shall be sent via email to virginia.garcia.1@us.af.mil and brenda.hamilton@us.af.mil. •c. Information Package: Respondents must include the following information •1. Company name •2. Address •3. Point of contact with e-mail address and telephone number •4. Federal CAGE Code •5. Data Universal Numbering System (DUNS) •6. Small business category C. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a solicitation, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. All questions and comments on this notice shall be submitted via e- mail to only the contact listed below. PRIMARY CONTACT: Virginia Garcia (505-846-2917 ), Contract Specialist, virginia.garcia.1@us.af.mil. SECONDARY CONTACT: Brenda Hamilton (505-846-5601) Contracting Officer, brenda.hamilton@us.af.mil. D. SALINE CHARATERISTIC: Scope of Work Advantor Systems is what is currently installed. Looking for vendor who will provide the following products under this proposal with the current system: • Provide and install nine (9) Infraguard II (IG2) IDS panels to replace, in-place, existing Base Plus panels. • Provide and install nine (9) Infratouch keypads to replace, in-place, existing touchscreen keypads. • Provide and install one (1) IMI-NET unit in the 377th SFS BDOC to accommodate the respective new IG2 panels. • The dedicated dry copper pairs from the phone blocks within the respective facilities will be reused and are assumed to be in good operating condition. • The 120VAC power connections currently being used will be reused. • Perform a Contractor Verification Test. • Provide an As-Built drawing in electronic/PDF format no later than 30 days following the final sign off from the client stating all installation tasks have been completed. Shipping and Handling is FOB: Destination to Kirtland AFB, NM 87117
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cbad586db61245a7804623f248627566)
- Place of Performance
- Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN04622123-W 20170812/170810231642-cbad586db61245a7804623f248627566 (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 |