Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOURCES SOUGHT

99 -- Panic Alarm System

Notice Date
4/29/2020 5:47:24 PM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL MEDICAL CENTER SAN DIEGO CA SAN DIEGO CA 92134-5000 USA
 
ZIP Code
92134-5000
 
Solicitation Number
N0025920R0007
 
Response Due
5/22/2020 5:00:00 AM
 
Archive Date
06/06/2020
 
Point of Contact
DERNELL WADE, Phone: 6195328091, Gilberto A. Esteves
 
E-Mail Address
dernell.w.wade.civ@mail.mil, gilberto.a.esteves.civ@mail.mil
(dernell.w.wade.civ@mail.mil, gilberto.a.esteves.civ@mail.mil)
 
Description
Request for Information (RFI) Supplies/Services Panic Alarm System at Naval Medical Center San Diego (NMCSD) � DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement.� This RFI is a request for interested parties to describe their product, technical capabilities, and delivery as well as demonstrated tools and processes.� All information received in response to this RFI marked �Proprietary� will be handled accordingly.� Responses to the RFI will not be returned and Respondents will not be notified of the result of the review.� Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NMCSD in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis.� The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 561621 (Security Alarm Systems Sales Combined with Installation, Repair, or Monitoring Services) with the Small Business Size Standard of $22.0 millions of dollars.� If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website.� The Government will use this information solely to determine the appropriate acquisition strategy for this procurement.� The Government is interested in all small business concerns. INTRODUCTION The NMCSD Operations Management/ Security Department is tasked with conducting market research for a Panic Alarm System for the NMCSD Commanding Officer�s office and the NMCSD Pharmacy Department. The Panic Alarm Monitoring System must be compatible with current system installed in NMCSD�s Pharmacy Department. Using Government provided space, potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members. BACKGROUND Respondents should identify their product capabilities that would help fulfill the current specified requirements.� The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids.� Installation and activation of a duress button in the NMCSD Commanding Officer�s office and activation of NMCSD Pharmacy Department�s duress system. The description below outlines the minimum requirements for Panic Alarm System at NMCSD. REQUIREMENTS The Government requests a Panic Alarm System with the following minimum specifications: All systems must be compatible with currently installed panic alarm systems from the Commanding Officer�s office, and Pharmacy Department to Naval Base San Diego (NBSD) Security Dispatch. � Meet all specified government standards: � Connect a telephone line to the Pharmacy Department�s alarm panel to report to the Digital Monitoring Products (DMP) receivers in building 601 at Naval Base Point Loma (NBPL) Regional Dispatch Center (RDC). Install duress buttons in the Commanding Officer�s office, the Executive Officer�s office, and the front desk that will be connected to an alarm panel in the command suite. Install an alarm panel in the command suite with a telephone line that will report to the DMP receivers in building 601 at NBPL RDC. Provide alarm panel information to enable ESS support team to create Commanding Officer�s alarm account. Install a new DMP panel and enclosure located next to the access control panel in the rear of the Pharmacy. Pharmacy�s duress buttons are wired to the access control panel. They will need to be extended to the new panel location. Provide alarm panel information to enable Electronic Security Systems support team to create a Pharmacy Department alarm account. Ensure the command suite and Pharmacy Department alarm panels direct dial the NBPL building 601�s RDCs to report the account number to the RDC dispatchers. The account information will include the location of the alarm signal, the type of alarm signal, and the time the alarm signal is activated. Vendor must be Authority to Operate (ATO) qualified before accepting RFI. Due to the time sensitive nature of this posting, we are unable to consider vendors that are not currently ATO qualified. Duress buttons will be desk mounted and be able to transmit through concrete, lead-lined and various other types of walls and materials. � Pre-Award Site Visit: � An initial site visit will be conducted with a date/time arranged by the Contracting Officer pre-award in order to assess the spaces and develop submissions for this effort. It is vital that prospective contractors attend the site visit to view the work area and to perform tasks required and to accurately assess the Government�s requirement. During this site visit, the Offerors shall review the spaces with NMCSD Facilities, Pharmacy and Operations Management/Security Departments. As-Built Drawings will be provided to the Offerors at the site visit. The government is aware changes in the areas have been made over the years and not documented in the drawings. Drawings are provided for the convenience and the Offerors shall field-verify actual conditions and difficulty in performing the work before submitting a proposal. Confirm the Infection Control Measures to be used in this space. Additional site visits may be scheduled if required by either Offeror or Government. Contracting Officer or Contracting Officer�s Representative shall be the point of contact for scheduling. DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying products are invited to submit a Capability Statement and contact information.� The Capability Statement should discuss the product's capabilities as they relate to the potential requirements.� Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes.� All items should be clearly identified if they are scheduled items or open market items. All questions regarding this RFI shall be submitted ONLY by email to the Contract Specialist at dernell.w.wade.civ@mail.mil Questions must be received by 0500AM PST by May 15, 2020. HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics; 2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment; 3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI; 4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 0500AM (PST) May 22, 2020. No mailing responses will be accepted. All Questions must be submitted by 0500AM, May 15, 2020.� Answers will be posted as a separate attachment on May 22, 2020. Finally, please indicate if the Vendor is a small business under the subject NAICS. � NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. � Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Dernell Wade dernell.w.wade.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/361abba7e90b41a48992a0f912eade3d/view)
 
Record
SN05640386-F 20200501/200429230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.