SOURCES SOUGHT
J -- Alarm Maintenance - Instrusion Detection System Equipment List - PWS (Draft)
- Notice Date
- 11/14/2017
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Operational Contracting, ATTN: NGB-OPARC-AQ, 111 South George Mason Drive, AHS-2, Suite T419A, Arlington, Virginia, 22204-1382, United States
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-18-ALARMMAIN
- Archive Date
- 12/15/2017
- Point of Contact
- T.Larrissa Parker, Phone: 2406129788
- E-Mail Address
-
Tasheka.L.Parker.mil@mail.mil
(Tasheka.L.Parker.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS Approved Equipment List W9133L-18-ALARMMAIN THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for possible future procurement. A determination by the ANG not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air National Guard. This notice does not constitute a solicitation for offers. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. Brief Description: The Air National Guard has a requirement to provide security system support services for ANG units across the nation. The Air National Guard (ANG) is mandated per Air Force Instruction (AFI) AFI31-101 Integrated Defense and AFI31-101ANGSupplement to protect its protection level type resources. This protection is required at most Air National Guard bases located across the 54 States and Territories. The Air National Guard has a requirement for Security Forces Alarm System Preventative Maintenance. The primary performance of this requirement is to implement a standardized, centrally managed, cost-effective program to accomplish preventative and remedial services for the ANG Intrusion Detection Systems (IDS) annunciators, panels and Electronic Entry Control System (EECS). Currently, there are unspecified at this time, a number of Electronic Entry Control System manufactured by Advantor Systems Corporation (ASC) installed and operational at the various ANG installations. The chart below list the equipment and associated interfacing equipment/system (see attached memo) currently at units. ASC Types of Equipment Interfacing Equipment/Systems Advantor Advantage Suite for Networks All approved interfacing equipment are identified on AF Approved Equipment Memo (Attached, dated 26 Jan 17) Advantor Integrated Command, Control, and Access Control System SFX16 ID Access Control Suite Advantor Infraguard Panel Advantor Infratouch Keypad Advantor 12v Power supply No solicitation is being issued at this time. Response Date: 30 November 2017 Contract Specialist: MSgt Tasheka Parker at e-mail : tasheka.l.parker.mil@mail.mil The Air National Guard has a requirement to provide security system support services for ANG units across the nation. This includes alarm maintenance services and repair parts for support of security operations. In accordance with Department of the Air Force instructions, Advantor annunciators for integrated command, control, and access control systems are approved for use for non-nuclear IDS equipment. The Government is seeking Capability and Performance (C&P) information from interested parties to determine whether the required preventative maintenance service is proprietary to ASC's equipment or whether the preventative maintenance service can be procured in a competitive environment and sourced through a small business set-aside. The requested information will help with that determination. The Government is also requesting the following information via responses to the questions outlined below and company status information. GENERAL INFORMATION: Primary NACIS Code: NAICS: 561612 -- Security Guards and Patrol Services, Size Standard: $20.5M. Place of Performance: This support is located on Air National Guard bases located across the 54 States and Territories. PART ONE Interested parties are to provide their company size (i.e., annual revenues and employee total), business status (i.e., Small Business or Other than Small Business and Small Business socio-economic category) as reported on the System for Award Management (SAM), Business size for the requirement NAICS, and teaming arrangement and how structured, if applicable. PART TWO Capability and Performance (C&P) statement. Part two will consist of the C&P and the responses to the questions listed below. The objective of your capability and performance statement should address technical understanding and knowledge of preventative maintenance, correction and repair services (ongoing or previously performed), unscheduled maintenance programs, staffing and roles of key personnel, scheduling and priority programs, equipment and warrant services, and obsolescence and disposal processes. Any teaming or joint ventures you've participated in. The capability and performance statement should address the scope, nature, complexity, value, difficulty, lessons learned of current and/or past performance. Government Questions to Interest Party: Responses/answers should be in a separate document from the Capability and Performance Statement and in the same format and sequence as listed here. If answers/responses are covered in your capability and performance statement, please provide reference to that information in your statement and in the specific question. If "not applicable" is an appropriate response, please indicate. 1. Is your company familiar with the Advantor Intrusion Detection Systems family of product(s)? 2. Is your company currently providing under a Government (federal or state) contract, the same or similar Intrusion Detection Systems services and/or maintenance and if so, where and to what extent? 3. How does your company recruit and certify personnel to provide maintenance and repairs of Intrusion Detection Systems? Does your company employ ASC certified qualify trained personnel that have conducted preventative maintenance on Advantor IDS? Does your company provide certification, and if so please explain the certification? 4. Can your company recommend a viable solution that would be an economically cost-effective alternative for the Security Force Alarm Preventative Maintenance? 5. Does your company manufacture and sell Intrusion Detection Systems that provide same or similar functions as ASC IDS? 6. Does your company provided in-house and/or attend IDS and EECS training for ASC systems? 7. Can your company perform maintenance and repairs on Advantor Intrusion Detection Systems (IDS)? If not please explain. Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit their capability packages by 30 November 2017, 3:00 pm EDT to tasheka.l.parker.mil@mail.mil. Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 12 pages (12 point font with on-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable of providing security system support services for ANG units across the nation. All contractor questions must be submitted no later than 12:00PM EDT on 17 November 2017 to the contract specialist, MSgt Tasheka L. Parker at e-mail: tasheka.l.parker.mil@mail.mil. Telephone calls regarding this notice will not be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE. Additional Info: Additional documentation Contracting Office Address: Air National Guard Readiness Center CCYR-AQ ATTN: MSgt Tasheka L. Parker, 3501 Fetchet Ave Joint Base Andrews, MD 20762 Point of contact: MSgt Tasheka L. Parker, Contract Specialist
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-18-ALARMMAIN/listing.html)
- Place of Performance
- Address: This support is located Air National Guard bases located across the 54 States and Territories., United States
- Record
- SN04740068-W 20171116/171114231450-a8e0145e238817cdb6030a2478e05885 (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 |