Inactive
Notice ID:FA520521QB005
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, 35th Contracting Squadron, Misawa AFB, Japan is seeking potential sources that are capable of providing the followin...
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, 35th Contracting Squadron, Misawa AFB, Japan is seeking potential sources that are capable of providing the following items: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to provide and install Access Control System (ACS) and Closed Circuit Television (CCTV) for new Operations Group Bldg, Misawa Air Base, Japan. Install (2) Software House IStar Ultra, (28) door controllers within the security office including (4) AL600 power supplies (two for the controllers and two for the locks), and (8) 12VDC 7AH system backup batteries. Install (28) card reader (dual factor or single factor, see list below) at each of the following locations including electrified locking hardware and all required cabling back to the IStar controller in the security office (rm 117). Installation on ACS lockout switches (4 total) in side certain rooms to prevent entry during secure briefings. The system installed into this new facility must integrate into the existing Software House System that was installed by by Allied Universal Technology Services. Software and hardware must all be compatible with the previously installed system. Confirm communications between the new facility and the Software House server within the CVN office. Program the CCure software to accept the new controllers and door configurations. Upgrade the existing Software House 'N' series license to a 'P' series license to allow for a total of up to (124) access control readers on the Misawa system. Provide up to four (4) hours of Software House administration training as needed by the CVN staff. Install (1) Clinton Electronics, CE-VX1HD, SDI HD over analog, dome camera in each of the following locations including all required cabling to the monitors and camera power supply. (See CCTV diagram for reference). Install (1) Clinton Electronics, 19" HD monitor with articulating wall mount bracket in each of the following locations including all required cabling back to the camera and power supply. Install (1) Clinton Electronics power supply within the security office to provide power to both cameras. Test full system function. Provide system closeout documentation. Firms responding shall provide detailed product information to show clear capability. Additionally, history of recent sales to commercial companies should be included to determine commerciality. All interested firms shall submit a response demonstrating their capabilities to provide the required products to the primary point of contact listed below. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or other than full and open. Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities indicating examples of commercial sales. Responses must be submitted electronically to the following email address: brendan.de_moura_donahue @us.af.mil, and denny_chris.de_guzman.1@us.af.mil in a PDF file or Microsoft word 2010 or earlier compatible format to be received no later than 13:00 on 21 Jan 2021 JST or 23:00 on 20 Jan 2021 EST. Direct all questions concerning this posting to Brendan De Moura Donahue, Contract Administrator, email: brendan.de_moura_donahue@us.af.mil, and SSgt Denny De Guzman, Contracting Officer, email: denny_chris.de_guzman.1@us.af.mil. Paper responses will not be accepted. Please refrain from presenting marketing type material.