Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
SOLICITATION NOTICE

J -- Integrated Commercial Intrusion Detection System Maintenance

Notice Date
8/20/2009
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HQ0034-09-T-3075
 
Point of Contact
James N Robinson, Phone: 7036964068
 
E-Mail Address
james.robinson.ctr@whs.mil
(james.robinson.ctr@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Washington Headquarters Services, Acquisition & Procurement Office, Washington DC is requesting proposals for a Firm Fixed Price contract for a base year with four option years to provide intrusion detection systems (IDS) and electronic entry control systems (EECS) components; integration commercial intrusion detection systems sensors, connections, system wiring, control units and conduit at Raven Rock Mountain Complex (RRMC) with 3D graphmaps and description of accounts. The contractor shall administer and maintain the operational functions of the IDS/EECS system facilitating the critical secure entry capability required by the PFPA Directorate’s security mission. The PFPA Directorate is requesting maintenance support and repair services to maintain and refine the current IDS/EECS systems within the RRMC facilities. This effort will also procure personnel and materials to perform replacement of components and conduct regularly scheduled tests. Security requirement mandate possessing and maintaining a top secret facility clearance before contract award. The above general description of work does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, supervision, quality control, materials, supplies, equipment and transportation necessary to complete all work in accordance with the specifications. Performance period for this project is 365 days for the base year. Each option period, if exercised, will be for 365 days. The proposed procurement listed herein is a competitive small business set aside. Award of a contract from this solicitation will be made on the basis of Best Value to the government using past performance, experience and price. The Government reserves the right to award a contract to other than the lowest price offeror. North American Industry Classification System (NAICS) Code for this procurement is 561621 Any concern responding to this solicitation is considered a small business if the annual records of the concern and its affiliates for the proceeding three fiscal years do not exceed $11.5 million. All relevant solicitation documents including specifications and or drawings will be made available for download exclusively from the internet by accessing the Federal Business Opportunity (FBO) Website http://www.fedbizops.gov. Paper copies will NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates / amendments to any and all documents; and verifying the number of amendments issued prior to the due date for bids. The closing data and time for submission of offers will be contained within the solicitation package. NOTE to ALL Offerors: You are ultimately responsible for reviewing the Federal Business Opportunity (FBO) Site for all information relevant to desired acquisitions. All responsible concerns may submit a proposal, which shall be considered by the agency. All potential sources must obtain a DUNS number and be registered in the Central Contractor Register (CCR) in order to transact business with the Department of Defense (DOD). Lack of registration in the CCR database and failure to obtain a DUNS number will make an Offereor ineligible for award. The closing date and time for submission of offers will be contained within the solicitation package. No response to this notice is necessary. NO Source List, NO Plan Holders List, NO Bidders Mailing List will be maintained. A solicitation (HQ0034-09-T-3075) will be issued on or about: September 1, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ0034-09-T-3075/listing.html)
 
Place of Performance
Address: 201 Beasley DR, Ft Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01919485-W 20090822/090821000234-db224db2c3865284d7fba6b72afe6a1a (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.