Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

J -- Physical Access Control System

Notice Date
5/22/2020 8:08:29 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-20-RFI-CY03
 
Response Due
6/5/2020 12:00:00 PM
 
Archive Date
06/20/2020
 
Point of Contact
Courtney Williams, Phone: 2027670397, Michael Reiners, Phone: 2027672372
 
E-Mail Address
courtney.williams@nrl.navy.mil, michael.reiners@nrl.navy.mil
(courtney.williams@nrl.navy.mil, michael.reiners@nrl.navy.mil)
 
Description
Description: This Request for Information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have currently been authorized, appropriated, or received for this effort. The information provided may be used in developing its acquisition strategy, or performance work statements, or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Objective: The NRL is inquiring for potential sources that are capable of providing the following: A Physical Access Control System The Spacecraft Engineering Division (SED) is the space mission development and operations organization of the Naval Center for Space Technology (NCST).� The SED is the focal point for the Navy�s in-house spacecraft bus capability, and functions as the �Program Manager� for Navy space programs. The division�s primary research, development, integration, and test facilities are located at the Naval Research Laboratory in Washington, DC (NRL-DC).� The building is a large industrial building with multiple access points, uncontrolled access warehouse spaces, and controlled access highbays and laboratories.� The SED is interested in upgrading the building�s existing Physical Access Control System (PACS), and adding additional building perimeter and highbay door card readers.� The current PACS uses NRL-DC issued identification cards.� The SED requires the new PACS to use (contact?) PIV/CAC/DBIDS card readers without requiring real time authentication via the remote Defense Enrollment Eligibility Reporting System (DEERS).� The new PACS must be compliant with HSPD-12 and FIPS PUB 201-2.� The new PACS may use existing electronic door locking hardware and cabling provided it meets all PACS requirements.� The SED will repair or replace any door that does not support the PACS hardware (electrified door hardware, electromagnetically locked devices, door contacts, request to exit devices, etc.) Requirements: The contractor shall provide a PACS compliant with HSPD-12 and FIPS PUB 201-2. The contractor shall provide a PACS compatible with (contact?) PIV/CAC/DBIDS cards. The contractor shall provide a PACS that allows unique access lists for each door in the system. The contractor shall provide and install all material, equipment, hardware, and software required to upgrade and expand the buildings PACS. The contractor shall provide and install contact PIV card readers, electrified door hardware, electromagnetically locked devices, door contacts, request to exit devices, power supplies and all other associated hardware and software necessary to implement a PIV activated PACS for 40 doors. The contractor shall provide and install all cabling necessary for the PACS. Cabling that is not installed above drop ceilings shall be installed in conduit. The contractor shall provide and install all control system hardware and software necessary for the PACS. The contractor shall locate the primary system controller within the server room in the west highbay of the building. The contractor shall provide end user training on the new PACS. The contractor shall provide assistance in setting up and initializing the parameters and accounts for the new PACS. The contractor shall provide unlimited support and service for one year following the completion of the PACS upgrade and installation. The installed PACS shall be expandable to provide access control for up to 40 additional doors by accommodating additional card readers. The NRL asks that interested parties, at a minimum, supply the following information: Contact Information Name of company, mailing address, and point of contact (POC) Telephone number, fax number, address, and e-mail address of POC Business size and number of employees If a small business identify if your firm is an 8(a), HUBZone, SDVOSB, WOSB If your company is a GSA schedule contract holder AND if the items are available under the schedule A capability statement demonstrating how you can meet the requirement Submission of Information: All information and data received in response to this RFI marked or designated as corporate or proprietary information will be protected as such. Please include this notice number on all documents and email. Classified Material shall not be submitted. Please transmit responses by e-mail to Courtney Williams, Contract Specialist, at courtney.williams@nrl.navy.mil in either Microsoft Word or .pdf formats. All responses must be received on or before 3:00PM, (EST), 5 June 2020.� Phone solicitations or emails regarding the status of this Request for Information (RFI) will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72d02c9f214d4719a0b9bc30e73b398b/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN05669414-F 20200524/200522230200 (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  © 1994-2020, Loren Data Corp.