DOCUMENT
99 -- Security System Design, Integration and Maintenance (SSDIM) - Attachment
- Notice Date
- 5/14/2015
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
- Solicitation Number
- 20882
- Response Due
- 6/18/2015
- Archive Date
- 6/18/2015
- Point of Contact
- Cynthia Birks, cynthia.birks@faa.gov, Phone: 202-267-4432
- E-Mail Address
-
Click here to email Cynthia Birks
(cynthia.birks@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors along with soliciting comments from industry for the draft market survey statement of work. Over the course of the Facility Security Risk Management (FSRM) Program, the FAA has developed a design philosophy for staffed facilities. This design philosophy begins with the function performed at each facility which provides concentric layers of protection extending out to the fence or property line with the highest level of protection being within the perimeter of the facility. The fence or property line is the demarcation point to isolate the facility from the public. On the exterior, a surveillance system capability is strategically mounted on the main buildings (normally at the roof line) to visually assess activity out to the perimeter and does not typically provide for visual identification of specific persons, but must allow the operator to identify activity to determine whether it is threatening. The FAA has a requirement to upgrade existing security systems to read Government wide Personal Identity Verification (PIV) Identification (ID) cards. This work includes upgrading existing systems to use PIV ID cards and monitor the systems remotely. Some facilities will be networked to be controlled by remote servers that will be located at an FAA facility in Oklahoma City, OK or Atlantic City, NJ. Additional work will include the complete technical refresh of security systems at staffed facilities. Technical refresh can vary from the replacement of a fully integrated Physical Access Control System (PACS), Surveillance system, and Perimeter Intrusion Detection Systems to replacing intercoms and door hardware. Access control systems provided must meet Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standards (FIPS) requirements and be on the General Service Administration (GSA) approved parts list. Additionally, access control for small facilities will be networked to a shared security server. All facilities must have the capability of being remotely monitored by the FAA ™s Physical Security Enterprise Management System. The contract will also include options for corrective and preventative maintenance of select security systems. The Perspective Company must provide a Commercial-Off-the-Shelf PACS. Also, the Perspective Company must provide design, integration, procurement, installation, implementation, testing and training for the integrated system and each system, subsystem, or component. There are approximately 1100 staffed facilities that will require some level of technical refresh work during the contract period of performance. The anticipated award will have a period of performance of one (1), two (2) year base period and four (4) two- (2-) year option periods. Nature of Competition- At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside for all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA ™s 8(a) Program. North American Industry Classification System (NAICS) Code- The classification for this acquisition is 561621, Security Systems Services (except Locksmiths). Submittal Requirements for Market Survey- This Market Survey requests that the responder provide information related to corporate capabilities, corporate experience, and comments on the technical approach and SOW requirements. A completed Business Declaration Form is also required. This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. This is not a Screening Information Request (SIR) or Request for Proposals (RFP) of any kind. The FAA is not seeking or accepting unsolicited proposals. Prior to receiving access to the draft market survey statement of work (SOW), the responder must attest in written form and return the following items by 3:00 p.m. Thursday, May 21, 2015 to Cynthia Birks at Cynthia.Birks@faa.gov; 1) Be registered in the Systems for Awards Management (SAM) (https://www.sam.gov) with the NAICS code listed above; 2) Submit a completed Business Declaration Form; 3) Agree to the terms and conditions, sign and submit the Document Security Notice (DSN) Upon receipt of the signed DSN, instructions on how to receive the draft market survey SOW will be provided to the responding Company ™s named authorized representative by the Contracting Officer (CO). The draft market survey SOW is only available through a secure release by the CO. The draft market survey SOW, is For Official Use Only (FOUO), Sensitive Unclassified Information (SUI) and must be treated appropriately. FAA AMS Procurement Guidance T3.14.1-6(b) provides authority for SUI. The process for FOUO/SUI documents is contained in the attached Document Security Notice (DSN) and must be adhered to prior to receiving the draft market survey SOW. CAPABILITY STATEMENT- The Perspective Company must have ten (10) consecutive years of corporate experience as of May 1, 2015 with complex security projects that required the design, integration and installation of the major security subsystems and components contained in the draft market survey SOW. The experience must be on projects similar to the size, scope and complexity of the draft market survey SOW. The major security subsystems and equipment are: Security Surveillance Systems, Access Control Systems, Intrusion Detection Systems including Perimeter Intrusion Detection Systems, Metal Detector System, Intercom Systems, and Security Area Lighting. NOTE: Mechanical, Heating, Ventilation and Air Conditioning (HVAC) experience is not considered as substitution for security systems experience. The Perspective Company must describe how they meet the following requirements: Enterprise Integration- The Perspective Company must also have ten (10) consecutive years corporate experience integrating multiple facilities into a national or regional system. The experience must be on projects similar to the size, scope and complexity of the SSDIM contract. FIPS 201 Compliant System- The draft market survey SOW describes a FIPS 201 compliant integrated Access Control System that has been tested and is on the GSA Approved Parts List. Identify an approved system that the Perspective Company would utilize on any resulting solicitation in accordance with the draft market survey SOW. Corrective Maintenance- The Perspective Company must describe their utilization of a corrective maintenance of existing security systems and systems installed under the draft market survey SOW. This would include a call center for receiving and dispatching maintenance calls to maintain systems as required in the maintenance section of the draft market survey SOW. Requirements Summary- The attached requirements summary format must be used by the Perspective Company describing how they meet the requirements requested. Technical Approach and SOW Requirements- Provide any comments related to the technical approach and requirements described in the draft market survey SOW. Labor Categories and Rates- Submit fully burdened labor categories and rates Delivery of Submittals- Submittals related to this Market Survey must be received by 3:00 p.m. on Thursday, June 18, 2015. One (1) Copy of the submittal, in the responder ™s format, shall be provided. All responses (one per company) are to be provided on company letterhead and limited to a total of ten (10) pages. Only Times New Roman 12 point font may be used. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. Submittals should be sent to: Federal Aviation Administration 800 Independence Avenue SW, Room 400W Washington, DC 20591 Attention: Cynthia Birks, AAQ-310 Questions related to this market survey should be directed to: Cynthia Birks at Cynthia.Birks@faa.gov. This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a market survey announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA ™s Contract Opportunities web page. It is the Perspective Company ™s responsibility to monitor this site for the release of the solicitation. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/20882 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/20882/listing.html)
- Document(s)
- Attachment
- File Name: J-04 Labor Category Definitions (doc) (https://faaco.faa.gov/index.cfm/attachment/download/53710)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/53710
- File Name: Requirements Summary (xls) (https://faaco.faa.gov/index.cfm/attachment/download/53711)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/53711
- File Name: FSRM SOW Acronym List (doc) (https://faaco.faa.gov/index.cfm/attachment/download/53709)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/53709
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/53708)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/53708
- File Name: Document Security Notice_RFI (doc) (https://faaco.faa.gov/index.cfm/attachment/download/53707)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/53707
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: J-04 Labor Category Definitions (doc) (https://faaco.faa.gov/index.cfm/attachment/download/53710)
- Record
- SN03731247-W 20150516/150514235112-ac32fb6c87b39ce8df0ce67cb263edb9 (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 |