SOLICITATION NOTICE
J -- Monitoring Services for NCI Facilities
- Notice Date
- 6/29/2011
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- NCI-110061-MW
- Archive Date
- 7/29/2011
- Point of Contact
- Melissa R. Ward, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
- E-Mail Address
-
wardmr@mail.nih.gov, cr214i@nih.gov
(wardmr@mail.nih.gov, cr214i@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6072, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute (NCI), Office of Space & Facilities Management (OSFM), plans to procure on a sole source basis with Security & Energy Technologies Corporation (SETEC), 4200 Lafayette Center Dr., Suite Q, Chantilly, VA 20151 for maintenance and monitoring/surveillance services of NCI facilities. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System Code is 561621 and the business size standard in $12.5M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. Period of Performance: Performance shall be for twelve months from date of award. The contractor shall provide monitoring and surveillance of the entire NCI facility located at 6116 Executive Blvd. Rockville, MD except stairwells and elevators. The vendor shall utilize existing equipment (61 readers throughout 6116, these readers are: HID RM40 multiclass 32bit readers, Honeywell control panels, 18 are located in 6116, Honeywell n1000 series iv x for 2-4 readers) to ensure that these facilities are monitored against threats of fire, unauthorized access and intrusion 24 hours a day 7 days a week. The vendor must ensure that all equipment and or methods of securing the facility are in compliance with existing directives that guide the securing of federal facilities. Services shall be provided by technically qualified factory trained personnel. Service shall consist of maintenance and servicing of all existing panels and hardware in accordance with the manufacturer established service procedures and industry standards. Additionally the contractor shall provide provision of access control through the use of card readers. SETEC provides advanced technology monitoring, access control, fire detection, Visitor Entry Systems and surveillance systems to commercial entities. The systems that they provide are designed to the specific needs of the individual customer and can be tied into the entities HR system. SETEC currently provides monitoring access control and surveillance to the NCI. The current system is such that it can be monitored remotely and managed through the internet. The system also allows for instantaneous responses to terror threats by allowing the user to instantly change or limit the access of personnel to particular areas of the building. The level of immediate response provided by SETEC has proven to be an invaluable tool as employees resign or are removed from federal service. In an emergency situation there is a necessity for a response within two hours. In a non-emergency situation the required response time is the same day within 4-6 hours. The software that SETEC uses to secure the facilities at 6116 is proprietary nature albeit it is run on a Honeywell hardware platform. The current system was installed when the 6116 Facility was initially constructed some 22 years ago and has been maintained by SETEC for the last 12 years. The software system that is currently utilized for monitoring at the 6116 Executive Facility was installed by SETEC and is proprietary to them; therefore, no other known source is capable of providing these services. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on July 14, 2011. No electronic capability statements will be accepted (i.e. email or fax). An original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Ward, Contract Specialist, at wardmr@mail.nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number NCI-110061-MW on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-110061-MW/listing.html)
- Record
- SN02485929-W 20110701/110629235246-7ba377580be821dfdc7fff8dcb74abcb (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 |