|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#209642d Contracting Squadron/LGC, 50 Lemay Plaza South, Bldg 804, Maxwell
AFB, AL 36112-6334 63 -- FURNISH AND INSTALL AN INTRUSION DETECTION SYSTEM -- MAXWELL
AFB, AL DUE 061998 POC Mary Lou Crook, Contract Specialist, (334)
953-2560 E-MAIL: lcrook@max1.au.af.mil, lcrook@max1.au.af.mil. Sources
sought to furnish and install an Intrusion Detection System at Maxwell
AFB, AL. This system shall be in compliance with Air Force Handbook
31-223, The Air Force Resource Protection Program. The following
minimum protection standards shall apply: (a) Flexible, that is, used
to protect large and small areas with little modification and cost
difference; (b) Able to register any malfunction positively and have a
malfunction alarm rate that does not exceed one malfunction per 24
hours for each sector or protected zone; Possess both audible and
visual annunciation capabilities and a line fault indicator if the
system fails. Must have on and off switches (not located at the
annunciator panel) and access or secure switches located with the
alarmed area; (d) Must have good quality, dedicated communication cable
pairs for transmission of the encoded system. The following additional
capabilities are required: (e) Able to monitor contact, duress and
motion alarms; (f) be compatible and interface with existing Vindicator
Security Management and Reporting Terminal (SMART) Annunciator system
to allow for system upgrade between Maxwell AFB and Gunter Annex; (g)
Have an independent backup power source of at least 4 hours minimum
duration; (h) Able to print log opening, closing and activations in
word format; (i) Able to interface with Microsoft Word application,
such as Windows NT, Windows 95 or 97; (j) Have software that is
upgradable for future applications and/or upgrades; (k) Expandable to
fit numerous alarms; (l) Capable of showing building number, location
and type of alarm activation occurs to track a penetration pattern. (m)
Parts must be readily available so it is imperative that a service
office be well established within the local Montgomery, AL area. This
will allow for expeditious repair and update of installed equipment.
This is a sources sought synopsis request to identify potential
offerors. The Government does not intend to pay for any information
provided. Responses to this request must include business size,
technical literature, cut sheets, pamphlets, or any documentation that
will demonstrate the potential offeror's ability to satisfy the
Government's requirements. Responses must be received in writing to
this office by no later than 20 May 1998. A solicitation is not
available at this time. Request for future solicitation documents will
not be considered responsive to this request. The Government is only
seeking sources capable of meeting the current upgraded intrusion
detection technology that will support an upgrade of the present system
located at Maxwell AFB, AL. Responses must prove, at a minimum, the
system they propose will meet the capabilities required by Air Force
Handbook 31-223. Responses must also state that the contractor is not
on the GSA Parties Excluded from Procurement Programs. Contractors with
GSA schedule contracts shall provide the contract number, pricing, and
expiration date. A one time site survey may be required for planning
the implementation of this required intrusion system. It must be
determined what current state of the art technology is available within
the market forces to support our planned effort. Oral presentations may
be requested for an overall understanding of any proposed intrusion
system. Point of contact for additional information will be Contract
Specialist, Mary Lou Crook,(334) 953-2560 (0133) Loren Data Corp. http://www.ld.com (SYN# 0343 19980515\63-0002.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|