Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOURCES SOUGHT

59 -- Duress Switches at Lee CDC/West Point - Scope Of Work

Notice Date
1/10/2017
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - West Point, 681 Hardee Place, West Point, New York, 10996-1514, United States
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-17-T-0054
 
Archive Date
2/1/2017
 
Point of Contact
Sonya D. Van Valkenburg, Phone: 8459382217, Sonya D. Van Valkenburg, Phone: 8459382217
 
E-Mail Address
sonya.d.vanvalkenburg.civ@mail.mil, sonya.d.vanvalkenburg.civ@mail.mil
(sonya.d.vanvalkenburg.civ@mail.mil, sonya.d.vanvalkenburg.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work SOURCES SOUGHT This is a Sources Sought Notice ONLY. The U.S. Government has a requirement for Duress Switches at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are 561621- Security Systems Services (except Locksmiths) size standard is $20.5M. All interested contractors must meet all qualifications and must pass a National Agency Check (NAC) and must be certified and already on the approved listing to work on ICIDS III systems. The U.S. Army Garrison, West Point, NY is seeking sources to provide all necessary labor and consumable materials to install a DURESS SWITCH at CDC to the Integrated Commercial Intrusion Detection System (ICIDS) III and working within a secure facility. The work will require the following actions to be completed: The contractor shall provide the following services: all necessary labor and consumable materials for installation of the Duress Switch, however, this work will include but not limited to: -Program and test one (1) RADC (alarm panel) one (1) wired duress button, one (1) wireless receiver, and two (2) wireless duress pendent devices. -Complete Performance Verification Test (PVT) upon completion of above stated work. -Once installation is complete, provide end user training to CDC personnel. - Delivery will be made within 90 days. - Provide 1 year warranty on all parts. 2.4 Interruption of Utility Services: All intentional interruptions of utility services shall be scheduled with the installation. The Contractor shall make every effort to prevent any unintentional interruption of services. 2.5 The Contractor will provide written daily work accomplishments to the Security Officer. Identified in this will be any work that is required outside the scope of the agreed upon hours. Please see attached scope of work. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement for DURESS SWITCH AT LEE CDC is commercially available, including pricing information, basis for the pricing information ( e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@mail.mil 845-938-2217, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6dbc1e302a1a671100c30a78dcd06cd)
 
Place of Performance
Address: MICC West Point, 681 Hardee Place, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN04367510-W 20170112/170110234027-e6dbc1e302a1a671100c30a78dcd06cd (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.