SOURCES SOUGHT
R -- Preventive and On-Call Maintenance Support for the Intrusion Detection and Access Control Systems at Missile Defense Agency
- Notice Date
- 5/19/2006
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100
- ZIP Code
- 20301-7100
- Solicitation Number
- Reference-Number-HQ0006-06-005
- Response Due
- 6/1/2006
- Description
- The Missile Defense Agency (MDA) is seeking potential sources for services in support of the Security and Program Protection directorate (MDA/DOSS). MDA intends to utilize its Basic Support Services Program (BSSP) General Services Administration (GSA) ordering procedures to acquire the services described in this notice (information on the MDA BSSP may be found at http://www.mda.mil/barbb/setaserv.htm). The North American Industrial Classification System (NAICS) category for this requirement is 561621 Security Systems Services (Except Locksmiths), with a size standard of $11.5 million. This requirement is open to all GSA schedule holders; however, the Government reserves the right to solicit only small businesses, or socio-economically disadvantaged businesses if a sufficient number are determined to possess the required capabilities. MDA is seeking business firms with GSA schedule contracts to support maintenance and minor installation of Intrusion Detection Systems (IDS) and Access Control Systems (ACS) at MDA facilities throughout the greater Washington D.C. area (National Capital Region). Based on capability statements submitted in response to this notice, the Government will invite only the ?most highly qualified? companies to participate in the competition. GSA schedule holders judged best qualified to compete for the work will be sent a draft Request for Quotations package within two (2) weeks of the deadline for submission of capability statements and invited to schedule ?1-on-1? meetings with Government representatives to address any questions. A final RFQ will be released on or about July 6th, 2006, with offers due approximately two (2) weeks later. The required support include: Maintenance and installation of components on a fully integrated Security Intrusion Detection (IDS) and Access Control System (ACS) (AMAG 625), Intercommunications Systems, Closed Circuit Television (CCTV) systems and Intrusion Detection Systems (BOSCH and ADEMCO). The IDS and ACS must comply with various provisions of DoD 5200.1-R, DCID 6/9, JAFAN 6/9, and Underwriters Laboratory (UL) 2050. The Contractor shall furnish all material, equipment, facilities, qualified personnel, and certifications to accomplish the tasks specified in the SOW. The contractor shall comply with UL 2050 by maintaining an active UL Certificate of installation and service. To accomplish the requirements set forth in the SOW, the contractor shall provide proposed design drawings, cost estimates, equipments lists, plans and schedules, and coordinate with the Government for review and final approval prior to implementation as specified by each tasking. A draft Statement of Work may be found at the Federal Technical Data Solutions (FedTeDS) website, https://www.fedteds.gov, using the reference number ?HQ0006-06-005?. Businesses must register with the FedTeDS site in order to access this information. Once the short-list is determined and the formal RFQ released, only firms on the short-list will have access to the FedTeDS HQ0006-06-005 site. The resultant order will consist of Time & Materials support services contract line items for Preventive Maintenance, Routine On-Call Maintenance, and Emergency On-Call Maintenance, and Materials. The term of the order including options is anticipated to be four (4) years. All positions will be off-site responding to MDA facilities in the National Capital Region. GSA schedule contractors who qualify under NAICS 561621 Security Systems Services (Except Locksmiths) are invited to submit to the contracting office as early as possible, but not later than June 1st, 2006 a three-page Capability Statement summarizing the corporate strengths in relation to the following criteria: 1) Describe the qualifications and capabilities of your staff to perform the type of work specified in this notice. 2) Describe your firm?s specific, related past/current DoD/Federal experience related to this requirement. 3) Describe your firm?s management approach in managing staff, retention/replacement, authority, responsibilities, and quality control. 4) Describe your firm?s business size and socio-economic status, and include the applicable GSA schedule contract number(s) and expiration date(s). If planning to team or subcontract, identify the firm(s), their size status and GSA schedule(s). Be sure to segregate this information on the Capability Statement by firm. Also, please specify by name one primary and one alternate Point of Contact within your firm, including the respective telephone numbers and email addresses of those individuals. All information must be contained within the three-page capability statement limit, excluding a one-page cover letter (if desired) that will not be evaluated. Capability Statement submissions will be provided electronically to: Penelope Russell, Contracting Officer, at Penelope.Russel@mda.mil AND to Herb Looney, Support Contractor, at Herbert.Looney.ctr@mda.mil. The subject line for all electronic correspondence shall start with "HQ0006-06-005". NOTE: The MDA Server will delete all "ZIP" type files; so only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. MDA will not acknowledge receipt of capability statements. If a receipt is desired, firms should submit statements electronically and select ?read receipt request? from electronic mail options.
- Place of Performance
- Address: National Capital Region (NCR) / Washington DC Metropolital Area
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN01054237-W 20060521/060519221602 (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 |