Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2013 FBO #4362
SOURCES SOUGHT

63 -- Nationwide MDI Security Network System - Source Sought

Notice Date
11/1/2013
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
224-14-9904
 
Archive Date
11/20/2013
 
Point of Contact
Yahtzee Moody,
 
E-Mail Address
yahtzee.moody@fda.hhs.gov
(yahtzee.moody@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Work (SOW) This is a SOURCES SOUGHT NOTICE to determine the availability of potential non-personal services for Full Preventive Maintenance, Repair and Installation of Food and Drug Administration (FDA) Monitor Dynamics Inc. (MDI) Security Systems. The information provided will be for planning purposes only and shall not be interpreted as an Invitation for Bids, a Request for Proposal (RFP), or Request for Quote (RFQ). This sources sought notice does not constitute as an agreement or a contract with the Government. This sources sought notice does not commit the Government to pay any cost for the preparation and submission of any information pertaining to this source sought notice. The sole intent of this Sources Sought Notice is to obtain capabilities for information and planning purpose only. The Food and Drug Administration (FDA) intends to award a fixed price indefinite delivery indefinite quantity (IDIQ) contract for a base year and four (4) options periods for service, maintenance, installation, and testing of Monitor Dynamics Inc (MDI) security network systems at the FDA facilities. The FDA estimates approximately eighty-five (85) locations within the United States and the U.S. Territories. Newly installed equipment must be tied into the existing FDA MDI security network system. The contractor shall be responsible for providing certified MDI technicians, all equipment, tools, installation, and services to include but not limited to all repairs, twenty-four (24) hour emergency service, and preventative maintenance of the FDA MDI security network systems. The contractor shall be responsible for the operations of security network systems and the system shall be fully operational twenty-four (24) hours a day/ seven (7) days a week. The contractor shall have at least three (3) years or more experience in surveying and inspecting facilities for the configurations, installation, and programming of MDI security systems from small offices to large facilities. The contractor experience shall include installation and programing of nationwide network systems, installation of CCTV systems, and 24-hour emergency on-call service. This source sought notice will determine the availability of potential businesses that can provide building security services for numerous buildings within the United States and the U.S. Territories. The North American Industry Classification System (NAICS) code 561621 is for the proposed requirement and the applicable size standard is $19 million. Your response to the information requested will assist the Government in determining the capabilities of business that can meet this acquisition. Interested contractors are encouraged to submit a capabilities statement that describes their ability to support attached DRAFT Statement of Work (SOW) for this requirement. Please include the following information in your capabilities statement: a. Business/Company Name b. CAGE code and DUNS number c. Address d. Phone Number e. Fax Number f. Point of Contact (POC) g. Email h. The business/company website i. Identify whether your business/company is a small business, 8(a) small business, small disadvantage vendor, Woman-Owned small business (WOSB),Economically Disadvantage Woman-Owned small business, Veteran Owned small business (VOSB), Service-Disable Veteran Owned Small Business (SDVOSB), and/or HUB Zone Business (HBCU/MI) and other supporting documentation for this requirement. j. All respondents to this source sought notice should be registered with the System for Award Management (SAM) database at https://www.sam.gov k. Do you have references that can verify your capability to perform the tasks for the DRAFT SOW and provide feedback on relevant projects/contracts you performed for the reference(s)? If yes, please provide the name and contact information of at least three references. l. Does your firm have a GSA Schedule contract(s) applicable to this potential requirement? If yes, please provide the GSA Schedule contract(s) name and contract number. m. Describe your firm capabilities to perform the tasks in accordance of the DRAFT SOW. n. Describe relevant experience in fulfilling similar work in size and scope to the DRAFT SOW. o. Provide a capabilities statement to perform the requested services listed in the DRAFT Statement of Work. p. If applicable, all teaming arrangements should include the cited information above (a. - k.) and certifications for each entity on the proposed team. Indicate how teaming partners will be used. The 8(a) contractor must show how they will be compliant with FAR 52.219-14, Limitations on Subcontracting. Interested businesses capable of performing this requirement shall email their Capabilities Statement responses to Ms. Yahtzee Moody at yahtzee.moody@fda.hhs.gov by 3:00 PM Eastern Time (ET) on November 19, 2013. Comments and/or questions pertaining to the attached DRAFT SOW are requested at this time. The Government is not required not provide responses to comments and/or questions received in response to this source sought. Capabilities Statements should be no more than seven (7) pages. Capability statements will not be returned and not accepted after the due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/224-14-9904/listing.html)
 
Place of Performance
Address: United States and the U.S. Territories, United States
 
Record
SN03226787-W 20131103/131101234059-4de94d9d0013d53243d4286f585dcb40 (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.