Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOURCES SOUGHT

J -- Phantom Express Maintenance Services at Fort Hood, Texas

Notice Date
12/30/2014
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115115R0015
 
Response Due
1/16/2015
 
Archive Date
2/28/2015
 
Point of Contact
Michael Christ, 254 287 6495
 
E-Mail Address
MICC - Fort Hood
(michael.p.christ2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Synopsis is issued in an effort to maximize competition. Should anything in this requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. Interested parties are highly encouraged to identify any unique characteristics of this acquisition that might limit competition and provide feedback, alternatives or solutions. This is a follow-on requirement for providing Phantom Express Maintenance Support Services for the Directorate of Emergency Services at Fort Hood, Texas in accordance with the Performance Work Statement (PWS). Phantom Express is the currently fielded Fort Hood Access Control Point Automation System. Phantom Express is comprised of Commercial off the Shelf (COTS) equipment and software, Shane-Gelling Company proprietary hardware kits, and Shane-Gelling Company proprietary software. The entire Phantom Express system at Fort Hood is Government Owned; however, the source code for the Phantom Express software is owned by/proprietary to the Shane Gelling Company. A short synopsis of the required services extracted from the PWS is as follows: The Contractor shall provide all personnel, management, supervision, labor, tools, equipment, materials, and transportation, not identified as Government Furnished (Section3), necessary to perform the services detailed in this PWS and any task orders issued hereunder. This contract is for the maintenance, repair, installation, removal, and system administration of the Fort Hood Access Control Point Automation System, which includes the Phantom Express software and associated commercial off the shelf software, Defense Biometric Identification System (DBIDS), series of networked servers, controllers, Wireless Access Points (WAP), individual lane controllers, car counters, vehicle barrier gate operators, gate arms, gate arm interfaces, Uninterruptable Power Supplies (UPS), traffic light interfaces, driver ID assemblies, monitors, computer peripherals, overhead matrix signs with guardhouse and remote location controlling, wireless handheld identification card scanners, registration terminals at various locations, kiosk enrollment stations, front end servers, redundant backup servers, sensors, connections, system wiring, control units, and conduit. In addition to the existing system, the Contractor shall be responsible for providing installation, removal, maintenance, repair, services, and system administration to any system after expansion should the mission require it. Maintenance of the Fort Hood Access Control Point Automation System and any related equipment that is identified in this PWS as part of that system shall be maintained in accordance with manufacturer's recommendations and specifications to ensure optimal system performance. The Government's Baseline Staffing Estimate for this requirement per year is as follows: Program Manager - 1,920 Net Productive Hours System/Database Administrator - 1,920 Net Productive Hours Support Technician - 3,840 Net Productive Hours The Government anticipates a 12-month base period of performance and two 12-month option periods with an anticipated performance start date of 1 March 2015. The North American Industry Classification System (NAICS) code for this requirement is 561621 (Security Systems Services) which has a Small Business Size Standard of $20,500,000. To qualify for this requirement a Contractor must be trained and certified as a dealer and installer by the Shane Gelling Company. This training and certification requirement is necessary because the Shane Gelling Company, the manufacturer of the Phantom Express system, only provides trained and certified companies with parts and materials, warranties, and manufacturer's technical support, which are all necessary resources required to properly maintain the Phantom Express system. It is particularly important that interested business concerns provide industry comments as follows: (1) If you are a business concern that performs on contracts under NAICS 561621 and are interested in this acquisition, please provide information relative to past performance and/or experience similar to Access Control Point Automation System Maintenance Services (capability statement). Information should be sufficient to support your capability to perform these requirements and should include detailed references (contract number, dollar value, scope of services, point(s) of contact with their telephone numbers, and whether the work was performed under a Government or a Commercial (private) contract); (2) state your business size and approximate annual gross revenue; (3) list your specific small business category (if applicable) for your company whether (a) HUBZone Small Business; (b) Small Disadvantaged Business; (c) 8(a) Firm; (d) Women owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; and (g) other (explain); (4) provide your company's name, CAGE code, DUNS, address, point of contact, telephone number, and e-mail address; (5) provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Fort Hood, TX; and (6) identify any unique characteristics of this acquisition that might limit competition and provide feedback, alternatives or solutions to avoid or mitigate such concerns. All responses must be provided no later than 4:00 P.M. CST, 16 January 2015. Firms should provide their information via e-mail to Michael Christ, Contract Specialist, at michael.p.christ2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21238115e1a947e41c7ff285ad33b805)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN03606422-W 20150101/141230234238-21238115e1a947e41c7ff285ad33b805 (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.