Installation of LENEL system

Agency: DEPT OF DEFENSE
State: New Mexico
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Sep 29, 2022
Due: Oct 15, 2022
Solicitation No: HDTRA223OI
Publication URL: To access bid details, please log in.
Follow
Installation of LENEL system
Active
Contract Opportunity
Notice ID
HDTRA223OI
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE THREAT REDUCTION AGENCY (DTRA)
Office
DEFENSE THREAT REDUCTION AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Sep 29, 2022 10:21 am MDT
  • Original Response Date: Oct 15, 2022 01:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Kirtland AFB , NM 87117
    USA
Description

NOTICE: This is a sources sought, not a request for proposal or invitation for bid. This notice does not obligate the Government to award a contract or otherwise pay for the information submitted in this request.



The Security and Counterintelligence Office, Defense Threat Reduction Agency (DTRA), Kirtland AFB (KAFB) NM is upgrading the currently utilized LENEL access system. The current LENEL access system utilized by DTRA Albuquerque does not include three buildings (Bldgs 20451, 20423, and 37541.) This project will extend the overarching LENEL system to include these three locations.

DTRA is looking to acquire the services of a certified LENEL Value Added Re-Seller (VAR) to complete the installation for the LENEL upgrade.



Description of Work:

1. The Contractor shall conduct a construction Design Phase Plan to be included in the construction Security Plan, identifying areas where the LENEL access system will be installed and verify existing construction site conditions and obtain all required construction site measurements. Specifics for each building include:

a. BLDG 20451: Determine the viability of existing doors, door jambs, gates and other areas for installation of 6 interior doors, 4 exterior doors, 2 pedestrian gates, 1 vehicle gate; and related conduit, wiring, and associated hardware;

b. BLDG 20423: Determine the viability of existing doors, door jambs, gates and other areas for installation of 2 interior doors, 4 exterior doors, 1 pedestrian gate, 1 vehicle gate; and related conduit, wiring, and associated hardware;

c. BLDG 37541: Determine the viability of existing doors, door jambs, gates and other areas for installation of 2 interior doors, 1 exterior doors, and related conduit, wiring, and associated hardware.

2. The contractor shall use and retain the experience of trained certified LENEL installers and technicians to complete the work.

3. The contractor shall use U.S. citizens to complete the work.

4. The Contractor shall conduct a review the parts/material for this installation currently on hand to determine if any additional items are need. DTRA has previously purchased LENEL material to complete this upgrade.

5. The Contractor shall perform comprehensive testing of functionality of equipment pre-purchased for the installation and identify and list deficiencies at the time of the test and inspection that may impact equipment and system performance.

6. The Contractor shall be responsible for all additional requirements for this project including conduit, wiring, and any additional items required to complete the installation.

7. The Contractor shall accomplish all work in accordance with the manufacturer’s published specifications and installation instructions and design specification.

8. The Contractor shall provide the required Construction Project Work As-Built Drawings prior to terminating the Contract and prior to leaving the Construction Project Job Site.

9. The Contractor shall updated the System Security Plan (SSP) for the DTRA Albuquerque Badging System (DABS)

10. The Contractor shall obtain all required permits prior to starting construction project work and shall provide all permits to the Army Corps of Engineers (USACE) and Defense Threat Reduction

Agency (DTRA) to include; Environmental, National Emission Standards for Hazardous Air Pollutants (NESHAP), Digging, Burn, etc.

11. The Contractor shall accomplish project work in accordance with the minimum requirements found in the USACE Specification Guide, Federal and Local Building Codes. The Contractor shall provide testing and service documentation demonstrating compliance with requirements.

12. The contractor shall include a warranty against all defects in material workmanship. All work shall be inspected and accepted by the KAFB. The work area shall be inspected for workmanship, completeness, and cleanliness. The Contractor shall be responsible to ensure all items meet code requirements. All work shall meet professional commercial standards. All applicable permits will be obtained.



Material on Hand:

1. 3 x C9300-24U-A, CATALYST 9300 24PT UPOE

2. 1 x LNL-1100-S3, Input Control Module (Series three)

3. 340 x 277-2027-ND, CONN Grey Term Feed

4. 34 x 277-2038-ND, CONN Term Blk End Cover Gray

5. 17 x 277-2293-ND, Din Rail 35mm x 7.5mm Slotted 2m

6. 51 x 277-3241-ND, Conn Black Term Blk Feed Thru

7. 34 x 277-3243-ND, Conn Red Term Blk Feed Thru

8. 3 x C9300-DNA-A-24-3Y, DNA Advantage, 24-port, 3yr Term

9. 4 x C3560CX-DNA-A-8-3, C3560CX DNA Advantage 48-Port 3 yr Term

10. 3 x C9300-DNA-A-48, DNA Advantage 48-port 3 yr Term

11. 1 x FPO150-B100, PreWired Mercury, 8DR NET E6M

12. 7 x PWR-C1-1100WAC-P, 1100W AC 80+Platinum Config 1P/S

13. 1 x PRO-64RUP-64, Access Readers upgrade for Pro Systems

14. 2 x SWC-ADV, Onguard ADV Client Software License

15. 7 x c9300NM8X, Cisco 8 x 10GE Network Module

16. 3 x CAB-SPWR-30CM, Catalyst 3750X Stack PWr CBL 30

17. 3 x STACK-T1-50CM, 50 CM Type 1 Stacking CBL

18. 6 x PWR-C1-1100WAC-P/2, 1100 W AC 80+PlatinumConfig P/S

19. 9 x LNL-1320-S3, Dual Reader Interface Module

20. 8 x LNL-X2220, Intelligent Dual Reader Controller

21. 10 x LNL-X4420, Intelligence Dual Readers Controller

22. 1 x FPO150/250-3D8P2M8NL4E8M2, PreWired Mercury, 16DR NET E8M2

23. 8 x 12V 40ah, 12 V 40ah Battery

24. 10 x 909-MO, 909-MO Rocker Switch

25. 30 x HSS-1620, HSS Z-Bracket Kit

26. 17 x HSS-L2D-000, HSS-L2D Dual Alarm, Surface Mount Contact

27. 10 x HSS-SPO62, Spacers HSS L2S/L2d Seer 1

28. 3 x EN400, Heavy Duty Outdoor Electric Strike

29. 4 x M62, M62 Magnalock-12/24VDC

30. 1 x IK, M62 Maglock Kit

31. 9 x 1320-PWR, 16-2 OAS STR CMP (1000 ft per box)

32. 9 x 4351-BMS-REX-PIR, BMS-REX-PIR 1000 ft per box

33. 7 x 4352-RDR, OAS STR CMP Wht Jkt (1000 ft per box)

34. 4 x C9300-48U-A, Catalyst 9300 48-port UPOE

35. 4 x C3560CX-8PCS, Catalyst 3560-CX 8 Port PoE IP Base TAA

36. 30 x GLC-SX-MMD++=, 1000BASE-SX SFP transceiver module

37. 16 x GLC-LH-SMD ++=, M62 Magnalock-12/24VDC



Location of Work: The construction sites are located on KAFB NM.

Applicable NAICs Codes: 541512, 561621, 238210, 423610

Response Requirements: In response to this Source Sought publication, provide a Capability Statement package with a limit of 15 pages. Submissions should include pertinent information demonstrating your company’s capabilities to independently accomplish the specific work described above. In addition, include a list of any similar projects completed in the last 5 years. Provide references or points of contact (POC) information related to recent associated projects.

Include a detailed description/list of key personnel that would be assigned to manage projects for this type of work. For each individual, include details related to Professional Licensing and/or certifications.

Other information can include general company data, current/potential business partnerships, core competencies, differentiators (unique capabilities), and POC information.


Attachments/Links
Contact Information
Contracting Office Address
  • 1680 TEXAS STREET SE
  • KIRTLAND AFB , NM 87117-5669
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 29, 2022 10:21 am MDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Intent to Sole Source: Alcor Erthrocyte Sedimentation Rate (ESR) Testing Equipment and

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 4/29/2024

Follow Pharmaceutical Waste Collection & Disposal Services Active Contract Opportunity Notice ID IHS1493590

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 4/22/2024

Follow Open Proposal Research Announcement for HPEM - Applications Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 4/27/2024

Follow Chip and Crack Seal Treatment NFR 333 - Cibola NF Active Contract

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/13/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.