SOURCES SOUGHT
63 -- Alarm, Access Control and Close Circuit Televsion (CCTV) Assessment System Maintenance
- Notice Date
- 5/2/2006
- Notice Type
- Sources Sought
- Contracting Office
- PO Box 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-AC52-06-NA00000
- Response Due
- 5/12/2006
- Archive Date
- 11/12/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The National Nuclear Security Administration (NNSA) Service Center, Albuquerque, New Mexico requires a certified WinDSX systems provider for the maintenance of security access control, intrusion detection, alarm annunciation and closed circuit TV (CCTV) assessment systems. NNSA promotes the involvement of small business in supporting its technical, scientific, and security requirements. Response to this sources sought synopsis will determine whether sufficient small business capability exists to make socio-economic status a principle evaluation factor for award of an Alarm and Access Control System Maintenance task order to facilitate achievement of NNSA???s small business goals. A firm-fixed price one-year contract with two possible one-year options for a total of 3 years is contemplated. The estimated value of the basic contract and potential options is between $48,000 and $55,000. A walk-thru of the site facilities is planned and required for potential bidders. In addition, examination of all available project drawings and prints for requirements that affect the installation of the specified system is required. The scope includes the following requirements. A draft Statement of Work is provided as an attachment to this synopsis. ??? Contractor must provide maintenance of installed system hardware and software to both the access and CCTV systems. ??? Contractor must be a WinDSX certified system provider, able to respond within 1 hour once contacted for emergency situations and provide on-site support for two (2) days of each week for the duration of the contract. ??? Contractor must provide training for system users on WinDSX technical and administrative operations. ??? Contractor must have a minimum of 3 years experience in the Access Control Industry and at least two fully certified WinDSX (WinDSX Access Systems, Inc.) trained technician(s)/engineer(s) ??? Contractor personnel be a U.S. Citizen and must have the ability to obtain a ???Q??? (Top Secret) level security clearance. ??? Contractor must maintain a 60% supply of replacement parts for system equipment and be able to obtain any replacement parts within a 24-hour period (current system devices are off-the-self and mobile). ??? Contractor must assure a 24-hour emergency response from product manufactures. ??? In the event that evolving circumstances require the expansion, enhancement, or replacement of existing system equipment, devices, and peripherals, Contractor must have the capability and qualifications to configure and install an integrated security access control, intrusion detection, alarm annunciation, and closed circuit television assessment system. ??? Interested Small Businesses are requested to submit a Statement of Capability (SOC) including the following information: (1) Company Name and Mailing Address. (2) Point of Contact (name, title, telephone number). (3) Socio-Economic Status (Small Business, Small Disadvantaged Business, Woman-Owned Business, Veteran-Owned Business, etc.). (4) A statement whether your company meets the size qualifications under the North American Industry Classification System (NAICS) Code 561621, which has a corresponding size standard of $9 million. (5) A brief statement describing how your company might propose to perform the percentage of work specified in Federal Acquisition Regulation 52.219-14(b) (1) under one of the following business models - (a) a single small business performs a majority of the Draft SOW for Alarm and Access Control Systems Maintenance Support as a prime contractor, or (b) an affiliation and/or team of small businesses performs the entire or majority portion of the Draft SOW as a prime contractor. Note: If more than one firm is contemplated, identify the socio-economic status of each, in the capabilities of each and identify which aspects of the Draft SOW will be performed by each firm. (6) A brief summary of your company experience and past performance within the last 5 years as it relates to the requirements outlined in the Draft SOW. Each company experience (Government or Commercial) summary should include (a) name of project, (b) brief description of project, (c) contract or project number, (d) client/customer point of contact (name, address, phone), (e) dollar value of the contract/project, (f) period of performance of contract/project, (g) relevance of contract/project to NNSA???s requirements as outlined in the Draft SOW, and (h) past performance rating demonstrating the capability of the firm(s) to successfully perform the work described in the Draft SOW. This announcement is being used solely to determine if sufficient small business capability exists to set aside this acquisition for Small Businesses. This is not a request for proposals, nor is the SOC considered to be a proposal. Large businesses must not respond to this announcement but may consider teaming with a small business or a team of small businesses. The SOC must not exceed 10 letter-size (8.5???x11???) pages, double-spaced, using 12-point font. Pages that exceed number limit specified above will not be reviewed. SOC???s submitted in response to this announcement may be used as a basis for future solicitations. SOC???s must be mailed to the following address: U.S. Department of Energy/National Nuclear Security Administration Service Center, Field Acquisition Department, ATTN: Maria Aurora Vigil, P.O. Box 5400, Albuquerque, New Mexico 87185-5400. The deadline for submittal of SOC???s is May 12, 2006, by 4:30 P.M. Mountain Daylight Time. Any SOC???s received after the time and date specified above will not be reviewed. Any questions on this announcement may be addressed to Maria Aurora Vigil, Contract Specialist, at Mvigil@doeal.gov.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/65865E4A5FEE753D85257162007BB7D1?OpenDocument)
- Record
- SN01038918-W 20060504/060502220258 (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 |