Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,2000 PSA#2523

Force Protection Command and Control System Program Office Contracting, ESC/FDK, 5 Eglin Street, Building 1624 1st Floor, Hanscom AFB MA 01731-2100

63 -- SECURITY SYSTEM ENGINEERING AND INSTALLATION POC Technical Contact Point: Mr. Paul Sparaco, 781 377-8854; Contracting Officer: Ms Alicia Gettman, 781 377-8673 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, alicia.gettman@hanscom.af.mil. This is not a solicitation, but market research to determine potential sources. The Force Protection Command and Control Systems Program Office wishes to identify potential sources for the engineering, installation and integration of electronic security systems at US Air Force and other Government sites worldwide. The scope of work includes, but is not limited to, the following: analyze security requirements; conduct site surveys; develop project packages (to include security system and site preparation designs, list of materials, installation specifications, and installation instructions); prepare the site to accept security systems; install and integrate security systems; train user in system operation and maintenance; test installed systems; remove security systems and restore sites; purchase security equipment and ancillary materials; provide security consultation; and perform or arrange for contractor logistics support of installed systems. Electronic security systems include Government-furnished and contractor-acquired interior sensors, above and below ground exterior sensors, assessment and display equipment, alarm annunciation equipment, video storage, and access control systems. Site preparation includes erection of security fencing, drainage and erosion control, grading, trenching, above and below ground power and signal cabling, pedestal installation, and facility modifications. Installation includes equipment installation, integration, site-specific software configuration, user training, system test and turnover. The period of performance is expected to be 60 months. Interested sources should respond by indicating their ability to meet the following screening criteria: (a) substantial experience in accomplishing the scope of work indicated; (b) proven management and technical approaches in accomplishing the scope of work indicated; (c) demonstrated success performing as a prime contractor with total system engineering and installation responsibility; (d) familiarity with US Air Force and DOD physical security requirements; (e) ability to accomplish installations throughout the United States and overseas; (f) capacity to support cyclical requirements ranging from one to three large scale design and installation projects simultaneously; (g) possess a cost and schedule control system capable of establishing and reporting progress against cost and schedule baselines and updating "cost to complete" estimates; and (h) ability to obtain Government clearance to the SECRET level. The Government will assess prospective sources potential based on the qualification packages provided. Firms considered by the Government to be highly qualified to plan and execute the program will be contacted by the PCO and a list of such firms will be made available on the [HANSCOM] Electronic RFP Bulletin Board (HERBB). Firms considered by the Government not to be highly qualified to plan and execute the program will be afforded an opportunity to receive the Government's rationale and provide additional information. Therefore, if the number of sources that identify themselves in response to this sources sought prove to be excessive, the Government may decide to conduct a pre-qualification effort in order to realize a manageable number of firms deemed best qualified to perform this effort. Any interested source initially judged as not best qualified, will be provided a copy of the solicitation upon request, should one be issued, and any offer submitted by such a firm would be evaluated without prejudice. Firms who respond to this notice are requested to identify any on-going Government contract vehicles they have for the same or similar work; include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, issuing Government agency, and name and telephone number of the Government point of contact (preferably the Contracting Officer). Should it be in the best interests of the Government and within the scope of an on-going contract, the Government reserves the right to satisfy its requirements under such contract. Firms should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, whether they qualify as socially or economically disadvantaged, and whether they are a U.S. or foreign-owned firm. Please note that the [HANSCOM] Electronic RFP Bulletin Board (HERBB) will be the primary source of information for this acquisition. Interested parties should check for updates frequently and subscribe to the HERBB update service for the "Security System Engineering and Installation Program". An Acquisition Ombudsman, Colonel Steven H. Sheldon, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. Interested potential sources should respond to the above screening criteria, in writing, within 15 days of this publication to ESC/FDK, 5 Eglin Street, Building 1624 1st Floor, Hanscom AFB MA 01731-2100, Attn: Ms Alicia Gettman. Responses should not exceed 10 one-sided 8 1/2"x11"pages. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. Posted 01/24/00 (A-SN417823). (0024)

Loren Data Corp. http://www.ld.com (SYN# 0446 20000126\63-0001.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page