Access Card Reader and Installation
The 42d Contracting Squadron, Maxwell AFB, AL, is seeking sources from industry to assist in finalizing the acquisition strategy for the purchase Keyscan card access expansion for the Lemay Center on ... The 42d Contracting Squadron, Maxwell AFB, AL, is seeking sources from industry to assist in finalizing the acquisition strategy for the purchase Keyscan card access expansion for the Lemay Center on Maxwell Air Force Base, AL. in accordance with the table below and attached "draft" Statement of Requirements (SOR). Item No. Description of Requirement Quantity 0001 8-reader Door Control Unit 1 Ea 0002 Network Communication Board 1 Ea 0003 Multi-Technology Single Gang Reader with keypad; medium-sized reader; Wiegand interface, 75-bit PICV 6 Ea 0004 Thinline Panic Electric Strike 6 Ea 0005 12V 7AH battery 4 Ea 0006 Honeywell Access Control Combo Cable 500 6 Ea 0007 Access Control Combo Cable 500 80 Hrs NOTES OF IMPORTANCE: 1. A solicitation does not exist for this requirement. This notice constitutes only a sources sought for the purpose of market research. Quotes, bids, and proposals will not be accepted in response to this notice. The Government does not intend to award a contract on the basis of this sources sought. 2. If the government decides to pursue a solicitation, portions of your responses to this sources sought synopsis may be incorporated into the final solicitation. Respondents are discouraged from submitting any information deemed competition-sensitive or proprietary. 3. Respondents will not be reimbursed for any costs incurred in responding to this sources sought. Information submitted will not be returned to the respective respondents. 4. Oral submissions of information will not be considered in response to this sources sought. 5. Any questions or concerns with this notice or requirement may be directed to the individuals listed in paragraph 3, Responses. To assist the Government in developing a potential acquisition strategy, please provide the following information: 1. GENERAL INFORMATION: a. Company's full name, address, point of contact and telephone number. b. Type of business, (i.e., small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc.), under North American Industry Classification System (NAICS) 332510. i. Are you a small business concern? ii. If yes, will your company be manufacturing at least 50% of the items? iii. If not, will the items furnished under this requirement be manufactured by a small business concern? If yes, approximately what percentage? 2. CAPABILITIES: Please address the following regarding your capabilities in meeting the requirements contained in the table above: a. Is your company capable of meeting this requirement as specified in the attached Statement of Requirements (SOR)? Please respond "Yes or No." b. If your company is able to provide a "brand name" specific item please indicate so in your company's response. c. If your company can provide an "or equal" product that will meet the minimum specifications listed in the Table above, please provide the product name, item number, and specifications. d. Project Milestone Plan (PMP). As a part of this Sources Sought, the Government would like to obtain the standard lead time for the products contained in the table above. Please provide the specified time period it will take your company to deliver the required items after contract award. Description Days After Contract Award Product Ordering Product Delivery e. Please provide any additional information that the Government should consider to assist in the development of this potential requirement. 3. RESPONSES: Request that all responses to this sources sought be submitted via email before 4:00 PM CST, 28 Aug 2019, to the points of contact identified below: Primary POC Alt POC Name: SrA Andrew Dang Jeremy Kersey Phone#: (334)-953-3100 (334) 953-3526 E-mail: andrew.dang.1@us.af.mil Jeremy.kersey.1@us.af.mil Attachments: Attachment 1 - Statement of Requirements STATEMENT OF REQUIREMENT ACCESS CONTROL SYSTEM IN BLDG 1406 1.0 SUMMARY OF REQUIREMENT. This requirement is for Access Control components on six additional doors in bldg. 1406. There is already a Keyscan Access Control System in place throughout the building; this requirement is to expand the existing system. This will include equipment, installation, programming, training, and a one-year warranty. 2.0 DESCRIPTION OF ITEMS. 2.1 8-reader Door Control Unit, Qty 1 2.2 Network Communication Board, Qty 1 2.3 Multi-Technology Single Gang Reader with keypad; medium-sized reader; Wiegand interface, 75-bit PICV, Qty 6 2.4 Thinline Panic Electric Strike, Qty 6 2.5 12V 7AH battery, Qty 4 2.6 Access Control Combo Cable 500', Qty 6 2.7 Installation, programming, and training labor hours, Qty 80 All items, installation, and configuration must be compatible with the existing Keyscan Access Control System. The existing system includes the following components: Keyscan System VII Suite Software, Keyscan CA8000, Desktop Workstation, HID Prox Pro Reader, HID Prox Pr Reader with Keypad GENERAL INFORMATION. ALL EQUIPMENT MUST BE NEW; NO REFURBISHED OR RESEALED PARTS. ALL ITEMS AND INSTALLATION WILL INCLUDE STANDARD PRODUCT AND WORKMANSHIP WARRANTIES.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »