Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

J -- Security System Maintenance - Sources Sought Documents

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-R-0047-SSS
 
Archive Date
6/6/2015
 
Point of Contact
Laura E. Caravantes, Phone: (937)522-4609
 
E-Mail Address
laura.caravantes@us.af.mil
(laura.caravantes@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 DRAFT PWS FA8601-15-R-0047 Security Systems Maintenance Sources Sought Synopsis, PDF Version This is a Sources Sought Synopsis; a solicitation is not available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes only. This market research will be used to help determine if this may be a competitive acquisition, or if a set-aside for any small business program is appropriate (Small Business, 8(a), HUBZone, Service-Disabled Veteran Owned (SDVO), and Economically Disadvantaged Women-Owned (EDWO) small businesses). Please review this announcement, including all attachments, in its entirety. The Operational Contracting Branch, Technology Support Acquisition Section (AFLCMC/PZIOAA) is seeking potential sources that may possess the expertise, capabilities, and experience to provide Security System Maintenance for the 711th Human Performance Wing (HPW) at Wright-Patterson AFB, OH. The applicable North American Industry Classification System (NAICS) code assigned to this effort is 561621 - Security System Services (except Locksmiths) with a Size Standard of $20.5M. Please indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying/maintaining. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. NOTE: All interested contractors must be registered in the System for Award Management (SAM) in order to be eligible for award of Government contracts. It is the responsibility of interested parties to monitor the FedBizOpps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: 1. The information below provides a "Program Description" and a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed via email to Ms. Laura Caravantes, AFLCMC/PZIOA, at laura.caravantes@us.af.mil. PROGRAM DESCRIPTION and REQUIREMENTS: This requirement is for Security System Maintenance at several buildings for the 711th HPW at Wright-Patterson AFB, Ohio as a follow-on to an existing requirement under contract FA8601-12-C-0314, which ends on 27 Sept 15. The current security system software contains information proprietary to SimplexGrinnell, and therefore in order to perform the requirements, the contractor must be licensed to work on SimplexGrinnell products or team with a contractor that is. Further information regarding this requirement may be found on the attached DRAFT Performance Work Statement (Attachment 1). CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL: Based on North American Industry Classification System (NAICS) code: 561621, size standard of $20.5M, please circle Yes or No as to whether your company is:  Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran-Owned Small Business (Yes / No)  Service-Disabled Veteran-Owned Small Business (Yes / No)  Women-Owned (WO) (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No)  Please indicate if your company is domestic or foreign owned (if foreign, please indicate the country of ownership).  Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying/maintaining.  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.  Please provide information about the firm's standard warranty.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. At this time the following non-commercial clauses are being considered for inclusion in the solicitation package: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.242-13, Bankruptcy (Jul 1995) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2014) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) FAR 52.228-5, Insurance--Work on a Government Installation (Jan 1997) DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991) AFFARS 5352.201-9101, Ombudsman (Apr 2014) AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Air Force is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the Security System Maintenance, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention All potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. Part II. Capability Survey Questions: 1. Name of country where the parts used during maintenance are manufactured. 2. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. 3. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 6. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Responses are limited to 25 pages and may be submitted electronically to the following email address: laura.caravantes@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: Ms. Laura Caravantes, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 3:00 pm, EDST, Friday, May 22nd 2015. Direct all questions concerning this acquisition to Ms. Laura Caravantes at laura.caravantes@us.af.mil or 937-522-4609. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Security System Maintenance". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-R-0047-SSS/listing.html)
 
Place of Performance
Address: 711th Human Performance Wing, Wright-Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03724221-W 20150509/150507235505-45dbefbca47d7175f13bd8dc9e944ea8 (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  © 1994-2020, Loren Data Corp.