MODIFICATION
J -- Corrective and Preventative Maintenance of Electronic Security Systems at the Ronald Reagan Building - Solicitation 1
- Notice Date
- 5/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
- ZIP Code
- 19106
- Solicitation Number
- 70RFP218QEC000017
- Point of Contact
- Corey Parkes, Phone: 2155212248, Patricia Campbell, Phone: 2155212278
- E-Mail Address
-
corey.parkes@hq.dhs.gov, patricia.r.campbell@hq.dhs.gov
(corey.parkes@hq.dhs.gov, patricia.r.campbell@hq.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 70RFP218QEC000017 Solicitation The US Department of Homeland Security (DHS), National Protection and Programs Directorate (NPPD), Federal Protective Service (FPS) has a requirement for corrective and preventative maintenance of electronic security systems and the replacement and removal of outdated electronic security systems at the Ronald Reagan Building (DC0459). The Contractor shall provide preventive maintenance, repair, replacement, lifecycle upgrades and installations to meet assessed security vulnerabilities / gaps in existing TCM systems, as well as any new / additionally installed TCM systems and components in support of the facilities' CCV, ACS, IDS, and VIS systems that are part of the Ronald Reagan Building Complex. The Period of Performance is for a one (1) year base period with four (4) one (1) year ordering periods and an optional six (6) month extension. An Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed priced provisions is anticipated. This acquisition is being solicited as a total Small Business set aside. Resultant task orders under this contract will be firm fixed price. The source selection process to be utilized for this acquisition is best value/trade-off. The technical, non-price factors, when combined, are more important than price. The submission requirements and evaluation criteria are defined in the solicitation. The North American Industry Classification System (NAICS) code is 561621 with size standard is $20.5 million. The successful Contractor is required to be register with the System for Award Management (SAM) at http://www.sam.gov to be eligible for award. DHS Suitability Clearance is required prior to the start of performance. Contractors are requested to submit any questions regarding this requirement via email as soon as possible but no later than May 31st, 2018 at 4:00PM ET to Corey.Parkes@hq.dhs.gov. Mandatory site visits will be conducted at the facility between May 22nd and 24th to review the attached Statement of Work and tour the facility for prospective vendors. If you are interested in attending the site visit, please RSVP to Corey.Parkes@hq.dhs.gov with the name of the company and personnel who will be attending (no more than 2 representatives per company) to get additional information. Vendors who do not RSVP will not be able to participate in the site visit. Perspective contractors will also be required to consent to the terms in DHS Form 11000-6 (08-04), "Non-Disclosure Agreement" prior to the site visit. The Government will not reimburse any contractor for the cost of the site visit. Please note that the FedBizOpps staff is not authorized to determine the classification code for any FedBizOpps notice. A misclassified contract action fails to notify the firms most likely to respond and therefore may violate the Competition and Contracting Act, the Contracting Officer is held responsible for correctly classifying a FedBizOpps notice. A misclassified contract action must be corrected and re-synopsized in FedBizOpps. Detailed classification codes are available on the FedBizOpps website at http://www.FedBizOpps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8624ad9f226124fd6e77f21472b8e0e0)
- Place of Performance
- Address: Ronald Reagan Building, Washington DC, District of Columbia, United States
- Record
- SN04908237-W 20180504/180502231118-8624ad9f226124fd6e77f21472b8e0e0 (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 |