Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
SOLICITATION NOTICE

63 -- Supply, Install, Service, Monitor and Maintain Commercial Items and Components for National Physical Security Program

Notice Date
7/21/2008
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, United States Marshals Service, JSD, Office of Security Contracts, JSD, OSC - Suite 600, CS3, 3601 Pennsy Drive, Landover, Maryland, 20785-1612
 
ZIP Code
20785-1612
 
Solicitation Number
DJMS-08-R-0048
 
Point of Contact
Roy Jones,, Phone: (202) 307-9666, Franklin Miles,, Phone: (202) 307-5015
 
E-Mail Address
roy.jones@usdoj.gov, franklin.miles@usdoj.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Marshals Service intends to issue Request for Proposals (RFP) DJMS-08-R-0048 under FAR Part 12 – Acquisition of Commercial Items – for a National Physical Security Program contract. The purpose of this solicitation is to acquire commercial items and components, monitored and maintained by the contractor(s), necessary to provide physical security to federal court facilities and federal judges’ residences in the United States, Puerto Rico, the U.S. Virgin Islands, Guam and the Northern Marianas Islands. The successful contractor(s) must be able to demonstrate the required levels of technical expertise, including organizational and individual certifications, necessary to coordinate installation, inspection and maintenance of time-sensitive projects for the U.S. Marshals Service. Equipment for such projects may include: cameras, monitors, intercoms, conduit, cabling, networking infrastructure and applicable technology, locking devices, alarms, security consoles, closed-circuit television (CCTV) recording systems, duress alarms for staff, explosive trace detectors, walk-thru metal detectors, and x-ray machines. Security systems will require Central Station Monitoring in addition to local monitoring capabilities. The resulting contract will be an indefinite-delivery, indefinite-quantity type contract with multiple pricing arrangements (e.g. firm-fixed, fixed-price with economic price adjustment, labor-hour, and time-and-material) based on acquisition of commercial items found in FAR Part 12. The period of performance for this contract will be a one-year base period beginning on October 1, 2008 and four (4) one-year options to extend. Oral presentations will be required after submission of written proposals and will be scheduled seven (7) days after proposals are due. All responsible sources may submit a proposal for evaluation. The anticipated issue date for this solicitation is on or about Wednesday, July 23, 2008. The solicitation, including all future information and amendments, will be distributed solely through the General Services Administration’s Federal Business Opportunities website: http://www.fbo.gov. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information about this acquisition. This procurement is being issued under full and open competition. Primary Point of Contact: Roy Jones, (202) 307-9666, roy.jones@usdoj.gov Contracting Officer: Franklin Miles, (202) 307-5015, franklin.miles@usdoj.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c24a7a721451346d368d06a748308d42&tab=core&_cview=1)
 
Place of Performance
Address: Federally-owned and leased facilities located in the United States, Puerto Rico, U.S. Virgin Islands, Guam and the Northern Marianas Islands., United States
 
Record
SN01618503-W 20080723/080721221618-c24a7a721451346d368d06a748308d42 (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.