SOURCES SOUGHT
63 -- INTEGRATED SECURITY SYSTEM
- Notice Date
- 4/21/2011
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-11-R-0036
- Point of Contact
- Denise McKissick, Phone: 7035880165
- E-Mail Address
-
denise.mckissick.ctr@whs.mil
(denise.mckissick.ctr@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition Directorate (AD) is seeking information regarding (1) the availability, capability and capacity of qualified small business concerns (in all categories) under the North American Industry Classification System (NAICS) code 561621 with a size standard of $11.5 million. This is NOT a solicitation for proposals, proposal abstracts, or quotations. WHS/AD is issuing this notice to obtain information to assist in determining the appropriate acquisition method to determine sources capable of performing an Integrated Security Services Contract (ISSC) for the DoD in the National capital Region, including the Pentagon. ISSC is a total system approach to automating and improving the physical security system used to protect DoD sites including, the Pentagon, and sites within the National Capitol Region (NCR). ISSC emphasizes the use of computer-based solutions to meet security requirements and integrates the operation of multiple subsystems to improve efficiency and control. Functions and processes within ISSC are divided into 6 major subsystem categories which are: a) common support systems, b) command, control, & communications systems, c) access control systems, d) intrusion detection systems, e) assessment systems, and f) video badging systems. Service and Maintenance: The contractor shall provide: (a) service maintenance of already installed systems at the time of award of this contract; (b) Service and maintenance of systems and subsystems installed while this contract is in force. These systems may be installed by the ISSC contractor, or sub-contractors working under the scope f the prijme contractor; (c) Service and maintenance of upgraded systems and subsystems authorized and installed by ISSC contractor. Contractor shall also perform (a) Design and Engineering Services; (b) New Systems or sub systems; and (c) Support Service. The objective of the ISSC is the design, procurement, installation, training, and maintenance of automated, integrated physical security systems for multiple DoD sites. The overriding design requirement for each of the computer-based subsystems within ISSC shall use open architecture system design concepts, which are compatible with existing systems. Open systems are those that conform to open specifications for interfaces, services, and supporting formats. This conformance enables properly engineered subsystems to be easily integrated into a wide variety of systems with minimal changes to interoperate with other subsystems. Integration of the various computer-based sub systems shall be accomplished through compliance with standard interfaces defined by standards bodies such as ISO, ANSI, IEEE, and applicable DOD Regulations. Adherence to this design philosophy is intended to foster the overall objective of effectively and efficiently designing, procuring, installing, operating, and maintaining automated, integrated physical security systems through the benefits of interoperability and scalability. A Top Secret Facility clearance is required and all personnel will require either a Secret or Top Secret clearance. This synopsis is for planning purposes only, and does not constitute a solicitation for bids/proposals. INFORMATION SUBMISSION INSTRUCTIONS: Interested contractors should submit a tailored capability statement for this requirement not to exceed five (5) single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum) that clearly details the firm's ability to perform the aspects of the notice described above. Tailored capability statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address) as well as the eligible small business concern's name, point of contact, address, largest dollar value contract managed to date, and Cage Code. Tailored Capability Statements are to demonstrate a clear understanding of the six major sub system categories listed above in relation to Service and Maintenance. Tailored Capability Statements for this requirement shall address the following areas: •Specific and relevant experience and expertise to perform the requirements; •Ability to perform the requirements at an acceptable level of quality within cost, schedule, and performance metrics; •Demonstrated understanding of requirement; •Your level of interest in this requirement (e.g., as a prime, subcontractor, or joint venture partner). •Facilities security clearance; any proposed prime contractor must possess an active Top Secret Facilities clearance. All responses to this SOURCES SOUGHT notice must be submitted electronically (via e-mail) to Denise McKissick, Contract Specialist, at denise.mckissick@whs.mil in Adobe Portable Document Format (PDF). The e-mail subject line must specify PFPA-Integrated Security Systems. Facsimile responses will not be accepted. COMMON CUT-OFF TIME/DATE: Electronically submitted tailored capability statements are due no later than 12:00PM (Eastern Standard Time) on 29 April 2010. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a Draft solicitation will be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government will NOT accept requests for meetings or briefings, but may hold an industry day conference at a later date. No phone solicitations or email with regards to the status of the Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice to familiarize themselves with the requirements of this project; failure to do so will be at your firm's own risk. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this Notice, the Government may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). ATTACHMENTS: • POINTS OF CONTACT: Please address any questions to Ms. Denise McKissick per the contact details below: Denise McKissick, WHS AD, Contract Specialist Phone 703-588-0165 / Email: denise.mckissick.ctr@whs.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-11-R-0036/listing.html)
- Place of Performance
- Address: National Capitol Region, United States
- Record
- SN02430254-W 20110423/110421234651-ad613088689fd8d5af1369de3f7d75e2 (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 |