The RFP Database
New business relationships start here

Intrusion Detection System


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encourated to identify capabilities in meeting the requirements at fair market prices.

For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the cost of manufacture. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides.

This is a supply contract for Intrusion Detection Hardware, Sensors, and the installation of the Intrusion Detection System. The preferred Intrusion Detection Equipment is as follows:

Bosch B8512 UL Control Panel with Telephone (Analog/Pots) and Ethernet Backup
Bosch B942 Touch Screen Keypad
Sentrol Dpdt Door Contact, Polarized, W/Armored Wiring Harness, High Security
Winland WB200, Waterbug Flood Detector
Bosch DS9370 Panoramic Tritech Ceiling Mount Motion Detectors
Bosch BDL2 Wall Mount Motion Detector
SEN4WTB 13 Smoke/Heat Detector
Siren, Indoor, White

All Intrusion Detection Equipment (IDE) must be Underwriters Laboratories (UL)-listed or equivalent. For a full summary of Intrusion Detection System standards for this project, please refer to the following regulations.

DoDM 5200.01-V3. Appendix to Enclosures 3, paragraph 2 - IDS Standards
Army Regulation 380-5, Chapter 7-14, Intrusion Detection System Standards
Army Regulation 380-5, Chapter 7-15, Selection of Equipment
Army Regulation 380-5, Chapter 7-16, IDS transmission
Army Regulation 380-5, Chapter 7-17, System Requirements

Installation of the Intrusion Detection System will take place at the Place of Contract Performance in Indianapolis, IN 46249. Hardware installation and programming will require coordination with the Federal Protective Service (FPS) monitoring center.

The appropriate NAICS code is 561621 with a size standard of $20,500,000.00.

Responses to this announcement must be received no later than 7:00 A.M. Eastern Standard Time on 20 February 2019. Responses should be emailed to brandon.e.holbrook.civ@mail.mil. Responses shall include the following:

1. Company name and address;
2. A statement of interest that meets all the requirements listed above;
3. A synopsis of the contractor's capabilities;
4. Company size: small or large, qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, women-owned small, and economically disadvantaged women-owned small business program;
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contract information, to include name, e-mail address, phone number, and fax number;
7. CAGE Code and/or DUNS number.

Brandon E. Holbrook, Contract Specialist, Phone 5026241276, Email brandon.e.holbrook.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP