Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOURCES SOUGHT

63 -- Marine Corps Intelligence Activity (MCIA) Command Security System Annual Maintenance And System Upgrades Support

Notice Date
9/10/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M0026415SSI0112
 
Archive Date
9/29/2015
 
Point of Contact
Chersharon King, Phone: 7038743612, Jamie A. Dufrene, Phone: 7037840081
 
E-Mail Address
chersharon.king@usmc.mil, jamie.dufrene@usmc.mil
(chersharon.king@usmc.mil, jamie.dufrene@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Regional Contracting Office - National Capital Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for Marine Corps Intelligence Activity (MCIA) Command Security System Annual Maintenance And System Upgrades Support CONTRACTING OFFICE ADDRESS: 2010 Henderson Road, Quantico, Virginia 22134 INTRODUCTION: This is a SOURCES SOUGHT to conduct market research and determine the availability and technical capability of all sources to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services. This sources sought is being conducted for a bridge contract, for immediate performance with no transition period, as required by DFARS Procedures, Guidance, and Information (PGI) 206.302-1(d). The Regional Contracting Office is seeking information for potential sources for Marine Corps Intelligence Activity (MCIA) physical security system (Quintron's AccessNSite 7.6.0 and also includes the indoor and outdoor security camera system), for facilities located at Hochmuth Hall, and in the Swain Annex Complex Sensitive Compartmented Information Facility (SCIF) located on Marine Corps Base (MCB) Quantico, Virginia. The contractor shall be certified to work on/with Quintron systems. This requirement is for (1) annual repair and preventative maintenance services of Quintron security system, to include all hardware and software update/patches, (2) bi-annual preventive maintenance calls, emergency/routine repairs services, etc., as required, to maintain a fully functional system; (3) expansion of this system to the newly completed parking garage, located adjacent to MCIA's two administrative buildings; (4)upgrades to the Intelligence Community Badge Interoperability Program (ICBIP); and (4) replication of the Five Eyes (FVEYs) database efforts for relocation to a separate location. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: M00264-12-C-0024 Contract Type: FFP Incumbent and their size: Johnson Controls Security Systems, L.L.C. (o) Method of previous acquisition: Full and Open Competition REQUIRED CAPABILITIES: The requirement is to provide the labor, equipment and supplies required to provide preventive maintenance support for the Command security system and security camera system. The following tasks shall be performed independent of Government supervision, direction, or control: a. Provide all necessary labor, supervision, repair parts, maintenance supplies, tools, test equipment, diagnostics, transportation, and other related services to maintain the equipment provided herein. b. Provide bi-annual preventive maintenance inspections, to include cleaning all cameras and ensuring all on-site equipment is operating properly. c. Provide non-emergency on-call, on-site, and/or telephonic trouble support during normal business hours (0800 - 1600 Eastern Standard or Daylight Savings Time). d. Provide emergency on-call, on-site, and/or telephonic repair support when required, within 4-hours of notification. e. Provide all hardware and software version patches, fixes, and updates that become available for the Intrusion Detection System (IDS) and access control system during the contracted support period. This is a one-time requirement for the addition of security equipment for the controlled ingress and egress of the newly completed MCIA parking facility located on MCB Quantico. This system shall be compatible with the current security system utilized by MCIA in its administrative buildings. This requirement is to provide the necessary hardware and software programming to ensure this added area is operating under the same security system as is currently being employed by MCIA. The additional software shall provide for card reader access to parking area (via a mechanical arm ingress point, as well as the capability for remote access permission to be provided via a separately located guard shack. Hardware is inclusive of security cameras, a minimum of four (4), Ingress arm, card reader, and all cabling/wiring required for communication between ingress arm and separately located guard shack. This is one-time requirement for the addition of four (4) additional access groups is to the existing FVEYs database. These additions will allow controlled level access to MCIA facilities for the following allies: United Kingdom, Canada, Australia and New Zealand. As a result of these additions, MCIA also requires the provision and installation of hardware (i.e. security cameras, cypher locks, etc.) in areas previously inaccessible by these allies. The requirement is to provide the necessary hardware along with supporting documentation and services, to include installation and integration, to upgrade the current Quintron Perimeter Access Control System (PACS) & SCIF Intrusion Detection System for Hochmuth Hall and Swain Annex locations. This requirement is to support efforts by the National Security Agency, Central Intelligence Agency, Defense Intelligence Agency, National Geospatial-Intelligence Agency and the National Reconnaissance Office to achieve badge interoperability for Government and Contractor personnel working in those agencies. This task is for the contractor to integrate the existing system in Hochmuth Hall and Swain Annex, Marine Corps Base Quantico Building with Headquarters Marine Corps Intelligence Department (I-Depart) with the end result being a single integrated system support all locations and a standalone system with duplicate database information for use as a back-up system. The Contactor shall provide all hardware required to produce this replicated system, which will be located at a separate location. Installation of this standalone system will be coordinated with the physical security officer and the assigned information systems division project officer. This requirement will provide and establish a single management focal point to accomplish the administrative, managerial and financial aspects of this contract and this person shall serve as the primary interface with the Contracting Officer's Representative (COR). The contractor shall respond within four (4) hours from the time the COR initiates a request for maintenance or repair with the contractor. The Contractor turnaround time to report back to the Government with a plan is within four (4) days of service call providing description/diagnosis of problem, proposed resolution, and cost. The Contractor's employees shall check-in and check-out with the COR each and every time the Contractor is performing work at the job site. This is a mandatory requirement for SCIF accountability. SPECIAL REQUIREMENTS Task 1.0 Annual Maintenance Requirements Task 2.0 MCIA Command Parking Facility Physical Security and Access Control Task 3.0 Five Eyes (FVEYs) Task 4.0 IC Badge Interoperability Program (ICBIP) Task 5.0 Service Calls and Reporting Requirements Must be able capable, fully trained, and experienced to immediately perform the full range of critical services. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561621, with the corresponding size standard of $20.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources, including small businesses that can provide the required services under the NAICS Code. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Description of contractors' ability to meet required capabilities. Vendors who wish to respond to this sources sought should send responses via email NLT September 14, 2015 4:00 PM Eastern Daylight Time (EDT) to chersharon.king@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026415SSI0112/listing.html)
 
Place of Performance
Address: Marine Corps Intelligence Activity (SCIF), Hochmuth Hall (HH) / Swain Annex (SA), 2033 Barnett Avenue, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03881292-W 20150912/150911001144-a365028e42b50164e59ca68f4154c6d9 (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.