Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOURCES SOUGHT

J -- This SYNOPSIS is for maintenance and services of electronic systems that include ESS, UMCS, FAS, SCADA, Intercom and Mass Notification Communication systems, other Physical Security Systems, and other Control and Data Acquisition systems.

Notice Date
11/29/2005
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-06-R-0001
 
Response Due
2/15/2006
 
Archive Date
4/16/2006
 
Small Business Set-Aside
N/A
 
Description
CONTACT INFORMATION: US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, Huntsville, AL 35816-1822. POCs  Mr. George C. Escher, 256-895-1244, Contract Specialist or Ms. Suzanne M. Wear, 256-895-1162, Con tracting Officer. DESCRIPTION: The U.S. Army Engineering and Support Center, Huntsville, is considering awarding contracts for a total unrestricted program value of approximately $200 million and a restricted program value of $100 million ($50 mil - small business and $50 mil for 8(a), HUB zone and/or Service Disabled Veteran Owned Businesses). These contracts are to provide maintenance and service of electronic systems for Department of Defense facilities, other Government facilities as well as possible state and local mu nicipalities. The electronic systems include but are not limited to Electronic Security Systems (ESS), Utility Monitoring and Control Systems (UMCS), Fire Alarm Systems (FAS), Supervisory Control and Data Acquisition systems (SCADA), Intercom and Mass Not ification Communication (IMNC) systems, other Physical Security Systems (PSS), and other Control and Data Acquisition systems. The contract type to be used will be Indefinite Delivery Indefinite Quantity (IDIQ) contracts consisting of a base year and four one year options. SYNOPSIS: The maintenance and services to be provided include identification and development of equipment installation upgrade engineering plans; providing hardware and software to maintain and service existing systems; installation, test, and check-out of replacement and/or upgraded components; performing minor facility modification required to support existing equipment requirements, to include upgrades; interfacing with existing and installing updated data transmission equipment; determining compatibilit y of new components with existing systems; preparing systems and component documentation; providing updated operations and maintenance manuals; providing updated electronic systems training; warranting updated electronic systems; maintaining and servicing existing electronic systems; operating and monitoring electronic systems; preparing after-action and other reports; and providing updated installation drawings. Some of this work will be performed at U.S. military installations worldwide; therefore all pe rsonnel performing work on-site must be U.S. citizens with appropriate security clearances as required. The remainder of the work is planned at other Government facilities, as well as possible state and local municipalities. - The contemplated evaluation factors to be used as part of the anticipated acquisition to rank the most qualified firms include: (a) Technical Capabilities; (b) Functional Experience; (c) Past Performance; (d) Management and Organizational Capability; (e) Price/Cost (will be evaluated but not scored). - Interested firms should respond by indicating their ability to meet the following criteria: (a) substantial experience successfully providing like maintenance and services, for similar electronic systems requirements described above at Department of Defe nse (DoD) facilities; (b) demonstrated success performing as a prime contractor for electronic systems that include electronic security systems and utility monitoring control systems; (c) capacity to dedicate a single point of contact for this work; (d) ab ility to accomplish maintenance and services to electronic systems throughout the United States and overseas; (e) ability to obtain Government facility clearances to the SECRET level and personnel clearances to the SECRET/TOP SECRET level. - The decision to set-aside award(s) for small business under a multiple award option is being considered pending the outcome of identifying qualified small business concerns as a response to this sources sought. Sources for this purpose are being sought of experienced firms with a North American Industry Code (NAICS) 561621, SECURITY SYSTEMS SERVICES (except Locksmiths) with average annual receipts of $9 million or less for the past 3 years; and who meet the criteria listed above, either singly or as a part of an assembled team. Eligible concerns must be capable of assembling a team of qualified, exp erienced firms and personnel to support all aspects of electronic systems maintenance and service described above. Firms must satisfy FAR 52.219-14 (b) (1), Limitations on Subcontracting. Teaming of capable firms is otherwise encouraged. Teams will be e xpected to exhibit their experience in all aspects of electronic systems maintenance and service described above. PROCEDURES: The Huntsville Center may make multiple awards pending the outcome of this sources sought synopsis. Interested firms should submit a document with the following: - A point of contact, telephone number, and e-mail address (if available). Responses should also state whether they are a large business, small business, small disadvantaged business, 8(a) concern, service disabled veteran owned business, women-owned smal l business, in a HUB zone, or qualify as a socially or economically disadvantaged, and whether they are U.S. or foreign owned. - Information describing relevant demonstrated experience and qualifications in the following format: (a) name of client(s); (b) location of job site; (c) description and dollar value of the work; (d) client point of contact; (e) client telephone number a nd or email  please assure that this information is current; (f) date maintenance/services performed; (g) contract number. This documentation should be limited to description of past contracts (within the last 3 years) of the kinds of work and facilities types identified above. References may be contacted for verification of the information submitted. Submission should be made in writing within fourteen (14) days from the date of this announcement and should not exceed ten (10) one-sided 8 ? x 11 page s using a Font Size 12. - For this sources sought announcement, submission of any other company information (i.e. resumes, sales material, brochures, etc.) is strongly discouraged and likely will not be considered. Mail submittals to the referenced point of contact or send via o vernight courier to US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, ATTN: CEHNC-CT-P, Mr. George C. Escher or Ms. Suzanne M. Wear, Huntsville, AL 35816-1822. You may also provide your submittal electronically (in MS Word format) via the following e-mail address: George.C.Escher@hnd01.usace.army.mil. Submittals are due on/or before 1200 (noon) Central Standard Time 3 November 2005. - This sources sought synopsis is for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuances restrict the Government as to any specific acquisition approach. The GOVERNMENT WILL NOT REIMBURSE the contractor f or any costs associated with preparing or submitting a response to this notice.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00941452-W 20051201/051130090342 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.