Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

D -- Access Control and Visitor Management System

Notice Date
7/1/2010
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-10-R-0046
 
Point of Contact
Kim Y Trang,
 
E-Mail Address
kim.trang@usss.dhs.gov
(kim.trang@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a Pre-Solicitation Notice Only. A component of the Department of Homeland Security (DHS) has a need for an access control and visitor management system. The access control and visitor management system supports a critical DHS mission and requires a corresponding level of rigor for system security and reliability. This system is for a geographically distributed campus with a workforce population of ten thousand people across separate security zones and multiple entry points for personnel and vehicles. The system must be compliant with Federal Information Processing Standards (FIPS), the Federal Information Security Management Act (FISMA), Homeland Security Presidential Directive 12 (HSPD-12), and all associated Office of Management and Budget (OMB) circulars and National Institute of Standards and Technology (NIST) publications. The visitor management functions must support visit requests, screening, visitor badging enrollment, and archiving of visit information, and interface with law enforcement background-check systems and various government watch lists. The access control and visitor management system needs do NOT include perimeter alarms, interior alarms, or surveillance cameras. The successful and timely performance of this work requires a well qualified contractor team to design, build, and integrate the needed technologies. The solicitation is intended to be unrestricted. The Government is contemplating the award of a performance-based contract that is firm-fixed price (FFP). The Government does not intend to acquire a commercial item using Federal Acquisition Regulation (FAR) Part 12. The North American Industry Classification System (NAICS) code and annual size standard are 541512 and $25 million, respectively. No proposal is requested at this time. No solicitation exists at this time; therefore, do not request a copy of the solicitation. There is no other additional information available at this time. If a solicitation is released it will be synopsized and available through Federal Business Opportunities (FedBizOpps). It is the potential offerors responsibility to monitor the site for the release of any solicitation or other documents relating to this procurement. All interested parties are encouraged to register for Email Notification, for automatic notification when any announcements about this procurement are posted. It is anticipated that the solicitation for this requirement be issued and posted on FedBizOpps on or about July 16, 2010. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-10-R-0046/listing.html)
 
Place of Performance
Address: TBD, Washington, District of Columbia, United States
 
Record
SN02194652-W 20100703/100701235715-07451146cf3f151bb3300dc9b1b560f5 (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.