Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

63 -- Controlled Access Area Electronic Security System (CMS)

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
 
ZIP Code
21244-1850
 
Solicitation Number
181546
 
Archive Date
3/31/2018
 
Point of Contact
PJ Judd, Phone: 4107861460, Debbie A Lester, Phone: 410-786-5136
 
E-Mail Address
paul.judd2@cms.hhs.gov, dlester@cms.hhs.gov
(paul.judd2@cms.hhs.gov, dlester@cms.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Controlled Access Area Electronic Security Systems Centers for Medicare and Medicaid Services (CMS) This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The Centers for Medicare & Medicaid Services (CMS) seeks specialized services to support the agencies Controlled Access Area (CAA) Electronic Security System (ESS). The ESS is primarily a Lenel OnGuard system. The ESS is required to function in accordance with Intelligence Community Directive (ICD) 705, chapters 7 and 8. The ESS must be maintained and fully operational with minuscule downtime at all times. If the ESS is not operating as required by ICD-705 then the CAA will be required to provide personnel to guard/provide access control (24/7) until the ESS is repaired. Permanently assigning someone to provide access control is only feasible for extremely short periods of time because there are a limited number of appropriately cleared personnel available to do so. Inability to maintain the ESS could result in a loss of accreditation for the CAA and will prevent CMS personnel from accessing sensitive intelligence information. This requirement covers technical and management support services to CMS. The ESS is comprised of an Access Control System (ACS), Intrusion Detection System (IDS) and Closed Circuit Television Cameras. Purpose and Objectives: The purpose of the potential requirement is to support CMS by maintaining its CAA Lenel ESS to ensure loss of accreditation of the CAA does not happen. Project Requirements: Tasks that may be required primarily focus on: maintenance, technical support, training, emergency services and locksmith services associated with the Agencies ESS. The ESS is employed to protect a 2,500 square foot space. The potential requirement will include the following: 1. Must be a Lenel Value Added Reseller (VAR). 2. Contractor Technical Services Center 24/7 unrestricted telephone access available, no recording or message machines authorized. 3. Purchase, installation of any requested upgrades or expansion of the systems. 4. Software updates for all installed equipment and systems. 5. Comprehensive semi-annual scheduled preventative maintenance for all installed hardware and peripheral devices including visual inspection of all components, cleaning, testing and data backup. This includes testing the IDS to ensure it remains in compliance with ICD 705. A report will be generated for record keeping/accreditation purposes. 6. Unscheduled (business hours) maintenance as needed to correct system deficiencies. Technician must be on site within two hours of service call from CMS. 7. Emergency (non-business hours/weekends/holidays) maintenance as needed to correct system deficiencies Technician must be on site within two hours of service call from CMS. 8. System must be fully operational in accordance with ICD 705 within eight hours of service call/request from CMS. 9. Complete reports of all actions of each visit to the CAA. 10. Semiannual training for CMS personnel to ensure familiarity with the ESS operational procedures. This includes ACS, IDS and camera systems. 11. All personnel working on this requirement will be United States Citizens and have a Secret security clearance. 12. Personnel performing installation, maintenance, repair and training services shall be certified and trained for Lenel OnGuard 2010 (version 7.0 or higher). 13. Provide locksmith services as required to ensure installed devices are working properly. 14. One year warranty for all components, workmanship and installation. Anticipated Period of Performance: 09/22/18 - 09/21/19 with potential for an additional four option periods. Other important considerations: If the company is not currently registered on WWW.SAM.GOV, this requirement will necessitate registration. It is anticipated that this will be a firm-fixed price (FFP) type contract, however other pricing mechanisms may be considered which may require a government approved accounting system. Capability statement/information sought: In addition to addressing your capabilities to meet Project Requirements 1-14 outlined above, please provide, as part of your response, a narrative that addresses the following: 1. Respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition; 2. Information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; 3. Respondents' organization name, address, point of contact, type of business and business size; 4. Prior experience- a. Examples of relevant prior completed Government and/or non-Government contracts, references, and other related information (including contract number, agency, period of performance, value, pricing mechanism and point of contact); b. Provide respondents' DUNS number, and size status (e.g., 8(a), HUBZone, etc.) pursuant to the respondent's applicable NAICS code (e.g., 561621, Security System Services). 5. Respondent's available government contract vehicles (e.g. GSA Schedule, Government Wide Acquisition Contracts (GWACs), etc.) 6. Are the services considered commercial (See FAR 2.101)? If so, what are the standard commercial practices of firms engaged in providing such services (e.g. type of contract, terms for warranties, financing, other standard terms and conditions, etc.)? All capability statements shall be submitted via e-mail to the point of contact listed below. Responses must be submitted no later than March 16, 2018 at 12:00 p.m. EST. Responses shall be limited to 10 pages and shall be in Microsoft Word format, Times New Roman, 12pt font. References will not be counted toward the page limit. All respondents shall provide their technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses. Documentation should be sent to: Mr. Paul Judd, Contract Specialist (410) 786-1460 paul.judd2@cms.hhs.gov Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/181546/listing.html)
 
Place of Performance
Address: 7500 Security Blvd., Baltimore, Maryland, 21244, United States
Zip Code: 21244
 
Record
SN04848555-W 20180310/180308231954-b19f286d034d09e993c2494ed7016972 (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.