Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2009 FBO #2626
SOURCES SOUGHT

63 -- INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM (ICIDS) Monitoring, Maintenance, Repair, Administration, Survey, and Installation at Fort Lewis, Yakima Training Center and McChord Air Force Base, Washington

Notice Date
2/1/2009
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0021
 
Response Due
2/17/2009
 
Archive Date
3/4/2009
 
Point of Contact
Vilma G Hanson,, Phone: 253-966-4366, Shannan Lewis,, Phone: 206-764-6806
 
E-Mail Address
gayle.hanson@us.army.mil, shannan.m.lewis@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED PROCUREMENT. PURPOSE: The primary purpose of this Sources Sought notice is to assess the interest and qualifications of large AND small business firms, including Service Disabled Veteran Owned Small Business Concerns, Certified 8(a) Small Business Concerns and Certified HUBZone Small Business Concerns, in competing for a contract for an anticipated procurement entitled "INTEGRATED COMMERCIAL INTRUSTION DETECTION SYSTEM (ICIDS) Monitoring, Maintenance, Repair, Administration, Survey and Installation at Fort Lewis, Yakima Training Center and McChord Air Force Base, Washington." The information attained from this sources sought will be reviewed by the Government and used to determine the appropriate acquisition strategy. PROJECT INFORMATION: This anticipated project is currently slated as a Request for Proposal (RFP) procurement to be conducted in accordance with the procedures outlined in Federal Acquisition Regulation (FAR) Part 15. The estimated performance period of the contract will include a one-year base period with the option to extend for four (4) additional one-year option periods. The maximum value of all work will be limited to $10M over the life of the contract. Tasks under the contract are estimated to vary in size from $2,000.00 to $200,000.00 and would include all necessary manpower and material required to perform replacement of ICIDS system components, scheduled adjustments, conducting tests, or other scheduled or non-scheduled work and all necessary services required for administering the system. In addition, some work may involve the installation of ICIDS systems and/or components. Service personnel working on this anticipated project must be trained on the OS2/SAFENET equipment and testing and administrative procedures. Additionally, all contractor personnel who serve under the contract shall be trained for ICIDS II monitoring services. The services required by the contract will include coverage for three (3) shifts, 24 hours per day, seven (7) days per week, 365 days per year. The contractor must be MDI trained and certified for SAFENET systems (OS2 and Microsoft Office 2000) and must be able to demonstrate a minimum of three (3) years experience on systems of equal size, type, and complexity to the systems c in the proposed acquisition. In addition, contractor personnel must possess or have the ability to obtain a Top Secret-SCI clearance in order to perform work on the proposed project. The primary North American Industry Classification System (NAICS) Code for this anticipated procurement is 561621 with a small business size standard of $11.5M. WHO MAY RESPOND: Interest in this Sources Sought announcement is open to both large and small business prime contractors, relative to the primary NAICS code 561621, that are located in Small Business Administration Region 10 (Washington, Oregon, Idaho and Alaska). Following review of the responses to this notice, and if the Government still plans to proceed with the acquisition, the Government will develop an acquisition strategy to determine whether the solicitation for this project will be issued as a set aside for 8(a), HUBZone, SDVOSB or Small Business Concerns OR if the solicitation will be issued as Unrestricted to both large and small business concerns. Note to Small Businesses: Small businesses may team together (or even affiliate) and be eligible for award of a set-aside contract, provided that each team member meets the small business size standard for the acquisition and are deemed capable. The current Small Business Administrative (SBA) rules allow a set-aside when there is a reasonable expectation of at least two or more competitive offers from small business teams when at least 50% of the effort will be performed by the collective efforts of all small business members of the team. The current SBA 8(a) affiliation rules allow joint ventures or teams when the 8(a) concern performs a "significant amount" of the work with its own employees and the size of at least one 8(a) participant to the joint venture is less than one half the size standard corresponding to the NAICS code assigned to the contract. Such teams and/or joint ventures require the prior approval of the SBA. A Service-Disabled Veteran Owned-Small Business (SDVOSB) prime contractor can subcontract part of a SDVOSB contract provided they spend at least 50% of the cost of contract performance incurred for personnel on the concern's employees or on the employees of other SDVOSBs. A joint venture of at least one SDVOSB and one or more other business concerns may submit an offer as a small business for a competitive SDVOSB procurement so long as each concern is small under the NAICS code size standard assigned to the contract. A qualified Historically Underutilized Business (HUBZone) prime contractor can subcontract part of a HUBZone contract provided they spend at least 50% of the cost of the contract performance incurred for personnel on the concern's employees or on the employees of other qualified HUBZone small business concerns. A joint venture of two or more qualified HUBZone small business concerns may submit an offer for a HUBZone contract so long as each concern is small under the NAICS code size standard assigned to the contract. The joint venture itself need not be certified as a qualified HUBZone. Further information regarding teaming and joint ventures are located in the Code of Federal Regulations (13 CFR 124 and 125). SUBMISSION REQUIREMENTS FOR THIS POTENTIAL SOURCES SOUGHT: If you are a Prime Contractor and your firm can meet all of the requirements identified under PROJECT INFORMATION for this anticipated procurement, please respond to this sources sought notice by providing ALL of the following information: (1) Name of your firm, to include address, phone, fax, e-mail address, and point of contact information. (2) Information indicating whether your firm is a Certified 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Business OR Large Business relative to the NAICS code of 561621. For example, if you are responding to this inquiry as an interested 8(a) and/or HUBZone Small Business Concern, you must provide proof of your Small Business Administration (SBA) registration. (3) Information to describe your firm's ability to meet ALL of the requirements of this anticipated procurement as described under PROJECT INFORMATION. (4) A list of recent, relevant projects that your firm has completed and that would demonstrate experience similar to the project requirements of the proposed procurement. This information should be presented in a format so as to demonstrate that the projects are similar in scope, size and complexity and that prove your firm can meet the qualification criteria listed above under PROJECT INFORMATION. Each identified project shall include a contract number, project location, description of work requirements, Customer's contact and phone number, etc. (5) Confirmation that your firm would propose on this project if provided the ability to do so. Please take note that firms who respond to this source sought announcement, but who fail to provide the information requested, will not be used to help the Government make its acquisition decision. RESPONSE DUE DATE/TIME: Responses to this sources sought notice must be submitted no later than 2:00pm Pacific Standard Time on February 17, 2009 to Ms. Gayle Hanson at vilma.g.hanson@usace.army.mil. ONE COPY OF RESPONSES MUST ALSO BE IN HARD COPY FORM, SENT TO MS. HANSON AT EITHER OF THE TWO ADDRESSES PROVIDED BELOW. For US mail only: Northwest Area Office, USACE Seattle ATTN: CECT-NWS-S (Gayle Hanson) PO Box 610 Dupont, WA 98327 For courier or commercial carrier: Northwest Area Office, USACE Seattle ATTN: CECT-NWS-S (Gayle Hanson), Bldg 2015 N. 4th and Pendleton Fort Lewis, WA 98433
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f48c377905da1ecb649b6971caca7024&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, Yakima Training Center and McChord Air Force Base, Washington, Fort Lewis, Washington, 98433, United States
Zip Code: 98433
 
Record
SN01741928-W 20090203/090201213032-f48c377905da1ecb649b6971caca7024 (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.