Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2022 SAM #7665
SOURCES SOUGHT

63 -- Surface Combat Training Systems Command Security Maintenance Services Support

Notice Date
11/23/2022 11:04:10 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N4388823RC001A1
 
Response Due
12/8/2022 10:00:00 AM
 
Point of Contact
Kendall Mulherin, Phone: 7574432396, Elizabeth Phelps, Phone: 7574431326
 
E-Mail Address
kendall.l.mulherin.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil
(kendall.l.mulherin.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil)
 
Description
This Sources Sought is for planning purposes only and shall not be considered as an Invitation for�Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government� to acquire any products or services described herein. Your response to this sources sought will be� treated as information only. No entitlement to payment of direct or indirect costs or charges to� the government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been� authorized, appropriated or received by the Government for this Sources Sought. The information�provided by contractors may be used by the Navy in developing its acquisition strategy, as detailed�in the Performance Work Statement. Interested parties are responsible for adequately marking proprietary or competition sensitive�information contained in their response. The Government does not intend to award a contract on the�basis of this Sources Sought notice or to otherwise pay for the information submitted in response�to this Sources Sought notice. The purpose of this sources sought notice is to identify authorized and verified sources of�services for an anticipated Firm Fixed-Price contract under NAICS code 561621 that has a size�standard of $22.0 million. The proposed contract vehicle will provide all the required supplies and�support services. Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this�announcement constitutes a Sources Sought for information and planning purposes for qualified and�experienced sources to provide support to Surface Combat Training Systems Command Hampton Roads�(SCTSCHR) for an Electronic Security System (ESS) that includes the installed Access Control System�(ACS), Intrusion Detection System (IDS) application and networking support services.Contractor�support shall provide complete and full preventative maintenance, repair, modification, correction,�system upgrades and services for existing IDS and ACS equipment that includes all installed�componentry for the IDS and ACS systems. Additionally, contractor support shall include installed�IDS software products Remote Link and System Link and the ACS CCURE9000 software and the respective�Server and Client workstations supporting both the IDS and ACS. This is not a solicitation� announcement for quotes and no contract will be awarded from this announcement. It is not to be construed in any way as a�commitment by the Government, nor will the Government pay for the information submitted in�response. The Government plans to procure these services as Commercial Service as defined in FAR�2.101. Place of Performance (Site Location) Center for Surface Combat Systems Unit Dam Neck, NAS Oceana Dam Neck Annex, located in Virginia�Beach, Virginia. NAICS Code The NAICS Code for this requirement is 561621, Security Systems Services (except Locksmiths), the�Size Standard is $22.0 Million. Period of Performance The period of performance is for one (1) base year plus four (4) option years and the FAR 52.217-8 option to extend services for 6 months. Please see attached draft PWS. Responses shall include the following information in this format: 1. Company name, address, POC name, phone number, and email. 2. Contractor and Government Entity (CAGE Code). 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone,�Woman-owned and/or Veteran-owned. 4. If the services can be solicited from a GSA or SeaPort-NxG contract vehicle, provide the�applicable contract number. 5. Relevant past performance on same/similar work dating back five (5) years and your company�s�capacity to perform the type of work. 6. Documentation of technical expertise must be presented in sufficient detail for the Government�to determine that your company possesses the necessary functional area expertise and experience to�compete for this acquisition as specified in the Draft PWS. Standard company brochures will not be�reviewed. Submissions are not to exceed five (5) standard typewritten pages. All technical�questions and inquiries maybe submitted within the response. 7. Also, indicate if your company can be a prime contractor for this effort or, if not, whether�your company can be a subcontractor. 8. Provide any questions, comments, feedback regarding the draft PWS, planned contract type or any�other associated information. A draft PWS, Attachment 1 is posted in this notice for your reference. Responses should be emailed to Kendall Mulherin at kendall.l.mulherin.civ@us.navy.mil and Elizabeth� Phelps at elizabeth.a.phelps14.civ@us.navy.mil at 1:00 pm EST on 8 December 2022. Again,this is�not a request for a quote. Respondents will not be notified of the results. Please note the�information within this sources sought will be updated and/or may change prior to an official�synopsis/solicitation, if any is issued. NOTE: Proprietary information should be clearly marked. The requested information is for planning�and market research purposes only and will not be publicly released. Again, this is not a request�for a quote. Respondents will not be notified of the results. Please note the information within�this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b09d783372174af4a98eef31396fafc6/view)
 
Place of Performance
Address: Virginia Beach, VA 23461, USA
Zip Code: 23461
Country: USA
 
Record
SN06527496-F 20221125/221125074514 (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 |
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.