SOURCES SOUGHT
63 -- NIST-wide Wireless Cyberlock Expansion Project - AMDTC-18-0002
- Notice Date
- 10/16/2017
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- AMDTC-18-0002
- Point of Contact
- Chantel Adams, Phone: (301) 975-6338
- E-Mail Address
-
chantel.adams@nist.gov
(chantel.adams@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. This Notice is for planning purposes only and shall not be misunderstood as a Request for Proposal or a Request for Quotation or as an obligation on the part of The National Institute of Standards & Technology (NIST) for conducting a follow-on acquisition. NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information. NIST recognizes that proprietary data may be part of this effort. If so, respondents are responsible for identifying proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted / non-proprietary information. In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Section I - Sources Sought Information: 1.Synopsis: NIST is seeking information from commercial vendors that are capable of supplying and installing an IT-based wireless access control solution (wireless lock) that will restrict access to offices and laboratories throughout the Gaithersburg, MD campus, with a potential to expand to the Boulder, CO campus. Wireless Locks for the Gaithersburg, MD and Boulder, CO campuses. 2.Background: The U. S. Department of Commerce, National Institute of Standards and Technology (NIST) Emergency Services Division, administers a Physical Security Access Control System for site access control to physical resources located in a multiple building, 600-acre research campus located in Gaithersburg, MD. This an accredited information technology system certified to operate on site and the database contains Privacy Act information as well as controls for the protection of high value assets and classified material located on site. The current wireless lock system consists of a RS2 Access It server license of ESSL8-SOFT and is running version 5.5.0.5. The server is utilizing web based administrative capabilities for users to easily update cardholder permissions. 3.Statement of Requirements: The Contractor shall be capable of the following: •Providing hardware and software which is compatible with the RS2 Access It® Access Control software. •Providing Assa Abloy IN120 Mortise/Cylindrical wireless locksets: oThe Wireless readers shall be equipped with a multi-technology card reader and support reading multiple card format types simultaneously. -Support reading 125KHz HID proximity card formats. -Support reading 13.56MHz, HSPD-12 PIV/PIV-I card to read the FASC-N (Agency Code + System Code + Credential Number) -Support reading 13.56MHz, CAC cards. -Support reading 13.56MHz DESfire cards oInclude the necessary IP Lockset licensing for the RS2 AccessIt software. oOperate on 6 AA batteries, with the possibility of extended battery packs. oConfigurable to connect to server on event basis such as key override and access denied. oCommunicate on Wi-Fi 802.11 a/g/n networks oSupport minimum of 128bit AES encryption oSupport Wi-Fi authentication of PEAP, EAP-TLS & EAP-TTLS with MS-CHAPv2 oSupport WPA2-Enterprise AES Encryption oThe locksets shall support an initial setup via a computer with the Assa Abloy Lock Configuration Tool (LCT) via USB cable. -After initial configuration, the locksets shall support remote configuration updates (Over the air) without visiting each lockset for configuration changes and certificate updates. •The contractor shall be a certified Value Added Reseller (VAR) of the RS2 Access It® Access Control software. Please provide certificate documentation. •The contractor shall be certified to install the Assa Abloy IN120 locksets. (must show certificate documentation). •The contractor shall have past performance and/or be able to demonstrate knowledge and experience in working with RS2 Access It® software and wireless lockset manufacturers. •The contractor shall be capable of performing a Site Survey at each campus with NIST representatives, to inspect the door locations (TBD) for new locksets and to identify and confirm any unforeseen issues. oThe Contractor shall be capable of including and installing all necessary and associated hardware with the Assa Abloy IN120 wireless lockset. Which shall include, but is not limited to, all associated hardware to make the door and lock installation clean and presentable. These items should include: -Lockset -Door wrap or trim plate to cover any existing holes in the door (plugs are not acceptable) -Cylinder Housing -Large Format Interchangeable Core (LFIC) (Gaithersburg) -Small Format Interchangeable Core (SFIC) (Boulder) •The contractor shall be capable of upgrading the RS2 Access It® software server license to support the additional sites (Divisions or Operating Units) on campus. oThe existing license is an ESSL8-SOFT. oIncrease Client Licensing by a quantity of 5 workstation licenses. •The contractor shall be capable of providing all necessary training to NIST personnel to include User training, Operator training, and Administrative training. •The contractor shall be capable of creating a testing procedure document that will require prior approval by the Government and shall have the ability to perform the testing of the locksets/system with the Government for acceptance. ========== NIST is seeking responses from all responsible small business, 8(a) certified sources. The small business size standard for the applicable NAICS code of 561621 - Security Systems Services (except Locksmiths) - is $20.5 million. Please include your company's size classification and socio-economic status in any response to this notice. After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a Purchase Order. If at least two qualified 8(a) small businesses are identified during this market research stage, then it is anticipated that any competitive procurement that results from this notice may be conducted as a competitive 8(a) small business set-aside. Section II - Response Instructions: Companies that can provide such services are requested to email a written response (see Section II - Responses defined below) describing their abilities to chantel.adams@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1.Name of the company that manufactures the system components for which specifications are provided. 2.Name of company(ies) that are authorized to sell and install the lockset systems and components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3.A description of prior related experience to a Federal, State or Local Government customer(s). 4.A typical pricing structure to include any licenses, modules, or other options required to provide the requirements and whether the pricing structure and information may be used as a quote. 5.Estimated timeframe for installation, training, and fully operation status, if applicable. 6.Indication of whether products/services for which specifications are provided are currently on one or more GSA Federal Supply Schedule (FSS) contracts and, if so, the GSA FSS contract number(s). 7.Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. Responses are limited to a total of twelve (12) pages. The responses must be in MS Word format. Pages shall be 8½-inch x 11-inch, using Times New Roman 11-Point Font. Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be evaluated) may be included in the 1" margin space. Please send responses via email to chantel.adams@nist.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMDTC-18-0002/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN04713991-W 20171018/171016230706-ce689c0abf5c38f369cbbe8cb925f26d (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 |