SOURCES SOUGHT
63 -- Sources Sought for Gallagher Security Control System Maintenance
- Notice Date
- 7/23/2025 8:07:49 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- PR20147446
- Response Due
- 7/29/2025 11:00:00 AM
- Archive Date
- 08/13/2025
- Point of Contact
- Jesus Solis
- E-Mail Address
-
jesus.solis@cbp.dhs.gov
(jesus.solis@cbp.dhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT ANNOUNCEMENT. It is for informational purposes only. A solicitation is NOT being issued. This RFI from industry will allow the Government to identify interested sources capable of meeting all requirements. The information sought will be used for market reseach and planning purposes only. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS. The Government will not award a contract on the basis of this RFI, nor will the Government pay for any information submitted by respondents. All proprietary or sensitive corporate information shall be clearly marked. This announcement in no way obligates or commits the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to this RFI. 1. BACKGROUND U.S. Customs and Border Protection, San Diego utilizes the Gallagher Security Control System within the San Diego Field Office�s AOR. The access control system must receive license updates for continued use and periodic maintenance to ensure system operation and reliability for access to the various secure facilities occupied by CBP and compatibility with newer versions of the Personal Identity Verification (PIV) card. 2. SCOPE SDFO seeks to procure maintenance and repair services for the existing Gallagher Access Control System. The Gallagher systems at each Port must receive the appropriate maintenance and updates as necessary to ensure continued uninterrupted access to CBP�s secure facilities. When new PIV versions are released, the access systems must be upgraded to the applicable software version which supports the updated PIV version, and any previous versions still active ensuring employees can access their respective work locations without interruption. Optional CLIN�s may be added through modification for additional materials, if necessary. 3. SPECIFIC TASKS All work shall be performed Monday thru Friday 6:00 AM to 6:00 PM PST unless specifically stated and agreed upon by all parties in advance. LICENSE AND SOFTWARE UPDATES The Contractor shall assess the Gallagher system at each location listed in Section 9 to ensure Ports are operating on the latest software compatible with the PIV version(s) in use by employees. As updates are released, the Contractor shall assess the Gallagher systems to ensure compatibility with all PIV versions in use. All systems shall be updated to the latest software version by the end of the period of performance. SYSTEM MAINTENANCE CBP will notify the Contractor of any issues with the Gallagher system. Work shall be coordinated with the CBP POC to not compromise the integrity of the Port and have minimal interruption to normal operations. The POC will coordinate all meetings/communication. REPAIRS CBP will notify the Contractor of malfunctions with Gallagher readers. Approximately 15 card readers malfunction per fiscal year. CBP requires prompt response during the hours of work stated above, as malfunctioning readers present a security risk. The Contractor shall respond promptly and repair or replace malfunctioning card readers during the period of performance. DISCLOSURE OF INFORMATION All requests for information or specifics concerning the project shall be referred to the POC or COR. The Contractor shall not release any information concerning the project unless directed by the Contracting Officer (CO), Contracting Officer�s Representative (COR), or POC. The Contractor�s contractual responsibility is to CBP only. The Contractor shall direct all tenant agency�s questions and requests regarding scope of work, cost estimates, schedules, etc. to the POC or COR. In the performance of this contract, the Contractor assumes responsibility for the protection of the confidentiality of Government records. The Contractor shall adhere to the requirements found in Part 24 of the Federal Acquisition Regulation, Protection of Privacy and Freedom of Information. CHANGES TO CONTRACT Only the CO has the authority to approve and authorize any changes to the contract. No additional work or changes shall be carried out without CO approval and a formal contract modification. Any requests outside this statement of work shall be reported to the COR immediately 6. DELIVERABLES AND DELIVERY SCHEDULE Contractor shall provide the POC and COR with a list of all employees working on this contract. The list shall include full name, sex, current address, DOB, SSN, driver�s license State and number. Contractor is responsible for all supplies and labor, and all work shall be completed in a timely manner. GOVERNMENT FURNISHED EQIPMENT The Government will furnish none SECURITY REQUIREMENTS The work to be performed under this SOW is categorized as unclassified. The Contractor, its Subcontractors, and any personnel are required to clear a limited DHS National Agency Criminal Background Check and be eligible to work in the United States before access is granted to the area of work. The Contractor will be responsible for ensuring its employees follow all the laws of the United States or other governing bodies affecting operations at all Ports. This shall include regulations imposed by the U.S. Customs and Border Protection and U.S. Border Patrol. No undocumented workers will be allowed to work on Government jobs and premises. 8.1 WORK CLEARANCE All personnel entering in or working on federal property must be pre-screened by the Contractor and will be screened and checked for criminal history and proper immigration status. Personnel who do not meet the minimum standards will not be allowed on the job site. The following items determine whether a person has met the minimum standards as it relates to the criminal history requirement: Felony conviction Immigration violation (unless exonerated by a judge) Active warrant Illegal Drug Use If an individual does not clear vetting, the Government cannot disclose the reason for the failure. The Contractor shall submit the following information to the COR for each employee (including Subcontractor employees) requiring access to CBP facilities no less than ten working days prior to work start (the Government shall provide the vetting form to be completed by the Contractor): Individual's full name Date of birth (DOB) Place of birth (POB) Driver's Licenses Number and State SSN or Alien Registration Number On a case-by-case basis, the Contractor may be asked to furnish photocopies of the driver�s license or state identification card and the social security number or alien registration number to help verify and/or resolve conflicting information resulting from the security screening process. During the performance period, if a Contractor employee, Subcontractor employee, or any other person working on behalf of the Contractor is found unfit to work at a CBP facility, CBP reserves the right to remove and bar the employee from working at any CBP location within the AOR. PLACES OF PERFORMANCE 1. San Ysidro 720 E San Ysidro Blvd San Ysidro, CA 92173 2. Andrade 235 Andrade Rd Winterhaven, CA 92283 3. Otay Mesa 9777 Via de la Amistad San Diego, CA 92154 4. Otay Mesa Vault 9495 Customhouse Plaza San Diego, CA 92154 5. Calexico West 200 East 1st Street Calexico, CA 92231 6. K9 Kennel 6651 Gateway Park Drive San Diego, CA 92154 7. Ped West 499 Virginia Ave. San Diego, CA 92173 8. Otay Mesa POE Lobby 2500 Roll Dr. San Diego, CA 92154 10. PERIOD OF PERFORMANCE Base Year: 09/01/2025 � 08/31/2026 Option Year 1: 09/01/2026 � 08/31/2027 Option Year 2: 09/01/2027 � 08/31/2028 Option Year 3: 09/01/2028 � 08/31/2029 Option Year 4: 09/01/2029 � 08/31/2030
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d35891a677c842efbf7a60b25d319ef2/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN07521863-F 20250725/250723230055 (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 |