Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

42d 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