Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

D -- Visual Alert/Warning Notification System

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
SAA-2010-004
 
Archive Date
2/10/2010
 
Point of Contact
Corazon R. Carag,
 
E-Mail Address
acquisitions@saa.senate.gov
(acquisitions@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR A VISUAL ALERT/WARNING NOTIFICATION SYSTEM. The purpose of this sources sought notice is to gain information about products and qualified industry sources that can provide a Visual Alert/Warning Notification System to the United States Senate Office of Sergeant at Arms (Senate or SAA). All requirements listed below are mandatory unless otherwise noted. This Sources Sought Notice (Notice) is not a request for proposal and in no way obligates the Senate to award a contract. This SSN synopsis contains the currently available information. REQUIREMENTS: The Senate requires a Commercial-Off-the-Shelf (COTS) Visual Alert/Warning Notification System (Visual Alert System) to integrate with its existing emergency notification system. The Visual Alert System will consist of the software and devices. The following are the mandatory requirements for the Visual Alert System: I. The Visual Alert System shall be COTS products which require minimum modifications, if any, to suit the SAA requirements. A. SOFTWARE - 1. Must be current release. No beta or pre-release versions will be considered. 2. Must be a non-hosted product. The software will be hosted in-house by the U.S. Senate, on a Senate owned and managed server. 3. Must be able to integrate at the server level, not at the device level, with OnSet Technologies' METAmessage paging system. 4. Must be able to receive numerous PIN-based messages, filter for conditional statements, including "and", as defined by the Senate. Software shall activate the locally placed ethernet-connected network devices only when the "and" or other specified statement is met. 5. Must be able to support/control up to 8,000 devices. 6. Supports the use of user defined password/logon and forgotten password regeneration. 7. Integrated software for production shall be delivered within sixty (60) days after receipt of purchase order and/or award of contract. B. ALERT/WARNING DEVICES - 1. Must be independent, free-standing units with hardwired ethernet connection capability. 2. Can be easily wall mounted. 3. When activated by server (SEE A.5. above), provide audible and visual alerts. Please describe/specify these audible and visual alerts. 4. Must allow display of server controlled customizable text messages in an LCD screen. 5. Must be able to transmit at least 10 unique messages to devices, programmed and controlled at the server level. 6. Can be programmed and configured remotely from the server. 7. Powered through Ethernet connection. 8. Equipped with red and green flashing LED lights that can be activated alternatively according to certain messages programmed and controlled from the server. C. ADDITIONAL INFORMATION REQUIRED- 1. A network diagram (Microsoft Visio) displaying all components of the proposed Visual Alert System. 2. IP network/addressing requirements, specifying whether Visual Alert System will require private address space (RFC 1918) or registered address space. 3. All protocol and protocol ports associated with all communication components (i.e. polling, messaging, updates, etc...), specifying if these can be customized if desired. 4. A description of the direction of communications and whether it is bi-directional, or always sourced in one direction. 5. Any fault management capabilities the Alert/Warning devices support, including proactive and reactive controls. If SNMP (Simple Network Management Protocol) is supported, include version. 6. Ethernet speed/duplex requirements or capabilities. 7. Physical cabling requirements (i.e. category 5, 5e, 6). 8. Power over ethernet requirements, including class of device and expected max/steady state power draws. 9. Expected size and frequency of data packets associated with communications between server and remote device. 10. Any remote support requirements. II. INSTRUCTIONS: Offerors responding to this Notice must provide the following: A. The response to this Notice must describe the proposed COTS Visual Alert/Warning Notification System's ability to perform each of the mandatory requirements listed above. The response must include a paragraph directly addressing each requirement, A.1. through C.10., with the paragraphs numbered and identifiable to each requirement accordingly; B. Description of the COTS Visual Alert/Warning Notification System features, capabilities, and/or specification, include company and product brochure/literature; C. Description of programming, customization and implementation services for a system deployment; D. Maintenance and technical support programs; E. Completed Pricing Table, Attachment A, and Schedule of Deliveries, Attachment B, for budgetary and scheduling purposes; F. Statement of Standard Warranty for the System components, identify the component; G. Extended Warranty Specifications and/or Description specified on Pricing Table, Attachment A; H. Completed Past Performance, Attachment C - Provide three past performance references relevant to the Requirements above, along with complete and current contact information (customer name, project name/contract number, address, contact name, phone number and email); the Senate will check references as necessary to evaluate past performance; include one similar installation in the area that the Senate can visit and check; I. Organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. Questions regarding this Notice may be submitted electronically no later than 5:00 PM EST, Thursday, January 28, 2010 via email to acquisitions2010@saa.senate.gov to the attention of Cora R. Carag. The subject line of the transmittal message should read "SAA-2010-004 Visual Alert System". The answers to questions will be emailed to all vendors who submitted questions, and published at FBO.gov. The information contained in this Notice will be the only information provided by the SAA during this Sources Sought process. All qualified sources should respond to this Notice by submitting an information package in accordance with the instructions provided. If suitable responses are received from qualified sources to this Notice, the Senate may issue a solicitation. Vendors responding to this Notice and deemed qualified by the Senate will be requested to submit a proposal in response to a solicitation. Only vendors deemed qualified will be permitted to submit proposals. The Senate reserves the right to award a contract to a qualified source based on the information submitted in response to this Notice. Selection of a firm for award is based on demonstrated competence and qualifications necessary for the satisfactory performance of the services required, as determined by applying the following criteria: 1. Corporate Experience; 2. Technical Acceptability; and 3. Past performance. The Senate will not be responsible for any costs incurred by the vendors in the preparation of their responses to this Notice. Responses to this Notice are due no later than Tuesday, February 9, 2010 at Noon EST and shall be submitted electronically via email only to the attention of Cora R. Carag, at Acquisitions2010@saa.senate.gov. The subject line of the email message shall be: SSN SAA-2010-004 Visual Alert System. No other method of transmittal will be accepted. The response shall not exceed twenty (20) pages, including the attachments. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the Senate to information in any files attached to the response is the responsibility of the submitting party. The Senate will not be responsible for any failure to access vendor's information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/SAA-2010-004/listing.html)
 
Place of Performance
Address: United States Senate, Office of the Sergeant at Arms, Washington, District of Columbia, 20510, United States
Zip Code: 20510
 
Record
SN02048332-W 20100124/100123000234-8ac756e6ba6a44203589085d5810e1fc (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 |
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.