Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2012 FBO #3788
SOLICITATION NOTICE

D -- INTEGRATED FIXED TOWERS - Douglas Drawings and Geotech Data - Sonoita Drawings and Geotech Data - RFP Attachments - Nogales Drawings and Geotech Data - IFT RFP 04-06-12

Notice Date
4/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HSBP1012R0024
 
Point of Contact
Timothy O. Evans, Phone: (571)468-7004, Mario D. Dizon, Phone: (571)468-7034
 
E-Mail Address
timothy.o.evans@dhs.gov, mario.dizon@dhs.gov
(timothy.o.evans@dhs.gov, mario.dizon@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP 04-06-12 Geo Geo Geo Geo Geo Geo Geo Maps Maps Maps Maps Maps Maps Maps Maps Integrated Logistic System Support CBP Training Interest System Maturity IFT Price Table Past Performance Security Plan IFT Question Form DHS NDA Form Glossary Asset Tagging IFT CDRL Portfolio Spectrum Management PWS Template CBP Training Reference Open System Interest Security Requirements Capability Matrix Geographic Laydown Geo Geo Geo Geo Geo Geo Geo Geo Maps Maps Maps Maps Maps Maps Maps Maps Maps Geo Geo Geo Geo Geo Geo Geo Geo Geo Maps Maps Maps Maps Maps Maps Maps Maps Maps Maps Maps THIS IS A COMBINED SYNOPSIS/SOLICIATION NOTICE ONLY: The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Office of Technology Innovation and Acquisition (OTIA) has a requirement for Integrated Fixed Tower (IFT) systems and hereby issues this solicitation on a full and open competition basis to procure fully-integrated, non-developmental IFT systems that encompass open system architecture to be used by United States Border Patrol (USBP) Agents. The IFT procurement is one element of a broader CBP strategy to rapidly acquire non-developmental (and ideally commercially available) systems to support border protection efforts. The technology combines with other resources and capabilities, notably personnel, infrastructure, and intelligence, to improve the overall efficiency and effectiveness of our border protection efforts. The IFT systems will assist agents in detecting, tracking, identifying and classifying items of interest along our Nation's borders through a series of fixed sensor towers and command and control center equipment that displays information on a common operating picture (COP). The procurement will consist of surveillance equipment (e.g., ground surveillance radars and surveillance cameras) mounted on fixed (i.e., stationary) tower(s); all necessary power generation and communications equipment to support these tower sites; and command and control (C2) center equipment (including one or more operator workstations) capable of displaying information received from surveillance towers on a COP. COMPETITION TYPE: Full and Open Competition based upon Best Value with a base and option quantities/periods. DESCRIPTION OF THE REQUIREMENT: The U.S. Customs and Border Protection intends to award a Firm Fixed Price (FFP), single award contract. The contractor shall build, install, and test the IFT system in each Border Patrol Station (BPS) area of responsibility (AoR) identified in the contract. The contractor shall build, install, and test the IFT system in each BPS AoR no later than 12 months after contract award (for the base quantity) and no later than 12 months after exercising an Option for all AoR Option quantities. Following Government acceptance of the system within each BPS AoR and the exercise of a Contractor Logistics Support (CLS) option, CLS will commence. As part of CLS, the contractor shall maintain the IFT system in each BPS AoR identified in the contract line item options, when these options are exercised under the IFT contract. Initial deployment of the IFT System will be in the BPS Nogales AoR. Five additional AoRs may be deployed, for a maximum of six BPS AoRs within the State of Arizona. The period of performance of this contract, if all options are exercised including the sustainment effort, is anticipated to be eight years and six months after contract award. QUESTIONS/CLARIFICATIONS REGARDING THIS SOLICITATION All questions or clarifications regarding this solicitation must be submitted via email using Attachment J-12 Vendor Question Template, to timothy.o.evans @dhs.gov no later than 4:30 PM EDT on 13 April 2012. Vendors shall place "IFT RFP Question" in the subject line of the email and shall attach Attachment J-12. Emails which include.zip,.msi, or.msc files, will be blocked and cannot be read by the Government. The Government is not obligated to provide responses to all questions or clarifications. The Government will provide answers under this solicitation number at https://www.fbo.gov in one inclusive document simultaneously made available to all prospective offerors. Only responses provided under this solicitation number HSBP1012R0024 at https://www.fbo.gov/ shall be considered an official Government response. PREVIOUS RELATED FEDBIZOPS LINKS : FEDBIZOPS Pre-solicitation notice HSBP0111RFT dated January 18, 2011. FEDBIZOPS special notice HSBP0111RSWBTS dated January 27, 2011 FEDBIZOPS special notice HSBP1012R0024 dated December 7, 2011. FEDBIZOPS Pre-solicitation HSBP1012R0024 dated February 22, 2012 Contracting Office Address: US Customs and Border Protection 1901 S. Bell Street Mail Stop 1043 Arlington, VA 20598-1043 Primary Point of Contact: Timothy O. Evans, Contract Specialist timothy.o.evans@dhs.gov Phone: (571)468-7004 Secondary Point of Contact: Mario D. Dizon, Procuring Contracting Officer mario.dizon@dhs.gov Phone: (571)468-7034 Fax: (571)468-7190
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1012R0024/listing.html)
 
Place of Performance
Address: The work for this project will be performed within the continental United States, and on tribal lands. The initial site installation will be within the state of Arizona. Upon successful acceptance by the Government of the initial Area of Responsibility (AoR), priced options may be exercised for work to be performed at additional sites in Arizona., United States
 
Record
SN02716454-W 20120408/120406235146-9e350553fcd23dae89edc56dca8510e1 (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.