Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOURCES SOUGHT

C -- Lenel Intrusion Detection System

Notice Date
6/1/2022 2:05:20 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW22R0015
 
Response Due
6/7/2022 1:00:00 PM
 
Archive Date
06/07/2022
 
Point of Contact
Mary Hesser, Phone: 2067646662, Curt Stepp, Phone: 2067646805
 
E-Mail Address
mary.a.hesser@usace.army.mil, curt.d.stepp@usace.army.mil
(mary.a.hesser@usace.army.mil, curt.d.stepp@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Seattle District is seeking manufacturers pertaining to government facility access control systems for a new firm-fixed-price (FFP) construction contract titled Plant Bioscience Research Building at Washington State University Campus, Pullman, Washington. GENERAL AND TECHNICAL REQUIREMENTS. References: Lenel Intrusion Detection System Connectivity to connect to the current United States Department Agriculture (USDA) Enterprise Physical Access Control System (ePACS) regional server central system database must be established thru Intelligent System Controller (ISC) boards directly connected to the Agricultural Research Service (ARS) Government building LAN without the use of a local server or the use of middleware software. The Lenel system is the current USDA ePACS system. BUY AMERICAN STATUTE REQUIREMENTS: Government facility access control systems must comply with Provision 52.225-12. Notice of Buy American Requirement-Construction Materials Under Trade Agreements, and Clause 52.225-11, Buy American-Construction Materials under Trade Agreements. SUBMISSION REQUIREMENTS: Manufacturers and/or suppliers responding to this announcement shall verify that the products/systems satisfy the general requirements indicated above. A catalog cut of the items with technical specification demonstrating compliance are requested to be included with the response. In addition, please provide cost and place (State(s)) of manufacture for each item. Responses should be submitted to the indicated point of contact with company name, address, and point of contact including phone number and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d167f9ec7c484a93aa2cbc47ba2c7752/view)
 
Place of Performance
Address: Pullman, WA 99163, USA
Zip Code: 99163
Country: USA
 
Record
SN06344674-F 20220603/220601230110 (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.