SOURCES SOUGHT
99 -- JDMTA Alarm Services - Annual
- Notice Date
- 5/27/2021 2:01:22 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252121QB060
- Response Due
- 6/4/2021 11:00:00 AM
- Archive Date
- 06/19/2021
- Point of Contact
- Kevin Brisco, Phone: 3214949506, Fax: 3214941843, Terry Clark, Phone: 3214944394, Fax: 3214941843
- E-Mail Address
-
kevin.brisco@spaceforce.mil, terry.clark.6@spaceforce.mil
(kevin.brisco@spaceforce.mil, terry.clark.6@spaceforce.mil)
- Description
- SOURCES SOUGHT: �THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! �This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. � The Request for Quotation (RFQ) number FA252121QB060 shall be used to reference any written responses to this sources sought. Patrick Space Force Base anticipates a requirement that is being considered under a small business set-aside program. �The North American Industry Classification Systems (NAICS) Code proposed 561621. �The size standard for this proposed NAICS is $22.0M. �� Description: �The requirement is to provide installation, maintenance and monitoring of an Electronic Security System at Jonathan Dickinson Missile Tracking Annex for the open storage of classified information to include initial and annual Underwriters Laboratory (UL) certification documents. Salient Characteristics: �Installation and monitoring of this system shall be performed in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM) procedures. � Statement of Objective (SOO); 20QB060, JDMTA SOO � May 2021 is attached. What is the purpose of the item(s): to update current security and provide 24 X 7 X 365 annual monitoring of the facility. 45 CONS is interested in any size business that is capable of meeting this requirement.� Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. �Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: �RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. �The Government will use this information in determining its small business set-aside decision.� � All interested firms shall submit a capabilities package that outlines the firm�s capabilities in providing the required services. �Contractor is required to provide all management and labor required for the operation and management of the required services. �Include three past references with current contact information and contract number. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. �Recent, relevant experience in all areas should be provided. �Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. �The response must not exceed 5 pages. DISCLAIMER: �This Sources sought notice is not a solicitation. �This notice is issued solely for information and planning purposes and does not constitute a solicitation. �All information received in response to this notice that is marked ""proprietary"" will be handled accordingly. �Responses to the sources sought notice will not be returned. �In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. �Responders are solely responsible for all expenses associated with responding to this notice. �The Government does not guarantee any action beyond this notice. �The Government may not respond to questions posed in Industry responses. ATTENTION: �Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. �Information on registration and annual confirmation requirements may be obtained via https://sam.gov/content/home Please submit the information electronically in PDF format by 2:00 P.M. EDT, 04 June 2021 and reference RFQ # FA252121QB060 and email to: 45CONS.PKB.email@us.af.mil� Telephone responses will not be accepted.� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0e0a0fc4f99f408c98aa7a74c85bbd82/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06015862-F 20210529/210527230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |