Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOURCES SOUGHT

63 -- ELECTRONIC SECURITY SYSTEMS - DRAFT PWS

Notice Date
5/15/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-17-R-0045
 
Point of Contact
Gwendolynne S. Bush-Todd, Phone: 2568952532, Marvinia Adams, Phone: 2568951524
 
E-Mail Address
gwendolynne.s.bush-todd@usace.army.mil, marvinia.j.adams@usace.army.mil
(gwendolynne.s.bush-todd@usace.army.mil, marvinia.j.adams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Electronic Security System PWS This is a SOURCES SOUGHT notice. This sources sought is being issued under W912DY-17-R-0045. The Government is seeking to identify qualified sources under North American Industry Classification Systems (NAICS) 541512 Computer Systems Design Services. Industry is invited to recommend or comment on the selection of the NAICS code. This sources sought notice is issued solely for market research and planning purposes only and does not constitute a solicitation, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. It is the Government's intent to consider awarding this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for one of the Small Business (SB) preference programs or whether it should proceed on an unrestricted basis. The responding firm should identify its SB status and indicate its ability to meet the requirements of FAR 52.219-14(b)(1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a joint venture arrangement in accordance with the Code of Federal Regulations (CFR) references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the 8(a) Program teaming arrangements/joint ventures are described at 13 CFR 124.513. The rules governing the standard small business set aside are found in FAR 19.502. The rules for a Woman Owned Small Business Set aside are at 13 CFR Part 127. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403(c) and 13 CFR 125.15(b). Potential offerors also should be aware of the size eligibility provisions and standards in 13 CFR Part 121, Subpart A. You may obtain these regulations at the following websites: 1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and 2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award an indefinite delivery indefinite quantity (IDIQ) single award task order contract (SATOC). The estimated capacity of this SATOC is $100,000,000.00. Contract award is anticipated in the 1st Quarter Fiscal Year 2020 timeframe with an estimated three (3) year base award and a two (2) year option for a total of five (5) years. Task orders will primarily be awarded for work performance throughout the U.S. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website (fedbizops.gov) as an interested vendor. You are also encouraged to register on the federal business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. The primary purpose of this requirement is to procure the following services: install, test, train, and document Electronic Security Systems (ESS) for the Army National Guard (ARNG) and the U.S. Army Reserve Command (USARC). Work requirements will be defined in specific Task Order Performance Work Statements (PWS) under a basic contract PWS. Program security requirements will vary in scope, magnitude and complexity and will range from modification and additions to an existing security system, to large-scale integrated base-wide or facility-wide systems. These systems and subsystems include: (1) Intrusion Detection Systems (IDS); (2) Access Control Systems (ACS); and (3) Surveillance systems; Video Intercom Systems; Industrial Control Systems (ICS); Power Management Systems (PMS); and associated ancillary systems, devices and components. In the case of USARC, these systems also include Security Control Center (central monitoring station) receivers, headend equipment, and related hardware and software. The integrated deployment of these systems and subsystems is designed to enhance the security of agency personnel and assets. Additional information about the ESS program is available at Website: www.hnc.usace.army.mil ESS Line: https://go.usa.gov/xXkKD. SUBMISSION REQUIREMENTS. Interested firms must provide a brief capability narrative indicating your firms experience and qualifications with similar type services, as well as the prime contractors name, address, point of contact phone number and email address. The Capability Statement is available at the end of this document responses via email to the following Points of Contacts (POC)s: Gwendolynne Bush-Todd @ Gwendolynne.S.Bush-Todd@usace.army.mil Courtesy copy (cc) Marvinia Adams @ Marvinia.j.adams@usace.army.mil Reference in the subject line: "W912DY-17-R-0045 ESS SATOC Capability Statement for [firm name]". Submission should not exceed 8 double-sided, 81/2" X 11" pages. Computer files must be compatible with Microsoft Word 2013. Submission shall not exceed 5MB in size. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to the above POCs. Personal visits for the purpose of discussing this announcement will not be scheduled. The firm shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Firms are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each submission. Proprietary information shall be clearly marked. Capability statements must be submitted no later than 2:00 PM Central Time on 15 June 2017. Responses will not be returned nor will be considered by the Government as offers. Instead, responses to this notice will only be used to determine capability/availability of sources and serve as a supplementary market research tool to determine the competitive pools (unrestricted and/or restricted under FAR Part 19). Electronic Security Systems Program Capability Statement Please respond to all questions as completely as possible. For narrative responses required in section 3, attach a separate sheet referring to the Section and Item number listed below. SECTION 1. GENERAL 1. Business Name: 2. Business Address: 3. Cage Code: 4. NAICS Codes: 5. Responsible Point of Contact: Name: Telephone: Email: 6. Check All That Apply: Our firm is a ___8(a) small business, ___ service-disabled veteran-owned small business, ___ HUBZone small business, ___Small Disadvantaged Business, ___ Woman Owned, ___ Minority, ___ Native American, ___ Small Business, ___ Large Business SECTION 2. CONTRACTOR ARRANGEMENT Our firm will be proposing on this project as a: ___ Sole Contractor, ___ Prime contractor performing at least 25% of the work with subcontractor(s), ___ Prime contractor performing at least 25% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or ___ Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403 (c) and 13 CFR 125.15(b). ) SECTION 3. CAPABILITY The submitted capability shall demonstrate and consist of the Firm's technical approach for satisfying the government's requirements. The technical capability shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The Firm's technical approach shall include: a) Relevant Experience and Performance: The Firm shall describe its relevant experience in providing services of similar scope and complexity to the requirements by providing the following information: i. Contract number of contract of similar scope and complexity ii. Current status, e.g., completed and/or, if in progress, start and estimated completion dates iii. Duration of completed services - time taken to complete iv. Dollar value and type of contract v. Description of services provided Yes or No answers are not acceptable for the below questions 1. Electronic Security Systems (ESS) Experience - Has your company ever delivered or is in the process of delivering ESS involving multiple facilities in the areas of Intrusion Detection Systems, Electronic Entry Control Systems, Closed-Circuit Television Systems, Mass Notification Systems or other automated control systems including fire alarm and life safety systems on military installations or in a campus environment? If so, provide details, locations, and dates. 2. Capabilities - Does your company have the capabilities and personnel qualifications to provide and install ESS as indicated in the attached DRAFT PWS? If so, please provide specific examples of that capability. 3. Capacity - To what extent in terms of the approximate number of facilities and site locations per year (assuming all sites are regionally located such that the travel time between sites is 8 hours or less, by air or automobile) does your company have the capacity to provide all personnel (to include dedicated project manager), tools, equipment, transportation, material, and supervision needed to safely and efficiently perform? 4. Management - Does your company have the capability to manage the site specific equipment requirement determinations, equipment acquisitions, site logistics, subcontractor selection /management and quality control processes to complete the work in a cost effective, timely, and contract conforming manner? Provide specific examples based on previous similar projects. 5. Quality - Does your company have experience in providing and maintaining an effective quality control program? Provide Examples. 6. Work Location - Does your company have the ability to work in 1) only a specific regional area, 2) throughout the entire United States, or 3) in the United States and overseas? 7. Does your company possess or have the ability to obtain a facility clearance up to the SECRET level?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-17-R-0045/listing.html)
 
Record
SN04508798-W 20170517/170515234957-b06d3b086d91bc9956b74853efcab56e (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.