SOLICITATION NOTICE
L -- Security Administrator for the Shasta Office's Security System
- Notice Date
- 1/16/2009
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- 09PS200104
- Response Due
- 1/26/2009
- Archive Date
- 1/16/2010
- Point of Contact
- Brenda Davis Contract Specialist 9169785143 bdavis@mp.usbr.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- The Mid-Pacific Region of the Bureau of Reclamation is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to obtain feedback from industry regarding the general requirements for an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool to determine potential sources and interested parties in the intended procurement for professional services to provide administrative oversight of a security system's functionality and software administration and maintenance. If a solicitation is released it will be synopsized and posted at http://ideasec.nbc.gov. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Furthermore, this procurement is being considered for 100 percent set-aside for HUBZone small business concerns; however, ALL interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. Therefore, replies are requested from ALL interested parties, regardless of business size or category. All interested parties are encouraged to respond to this synopsis not later than January 26, 2009 at 2:00 PM PST. Please submit all requested documentation listed below to Brenda Davis via email: bdavis@mp.usbr.gov. A brief summary of the work to be performed is as follows:(1) Maintain all software programs of the security system which consists of AMAG, Object Video, NEXTIVA, Commend VOIP, Microsoft Sequel (MSQL); (2) Perform software installations and upgrades (software provided by the Government); (3) Network and system troubleshooting and repair; (4) Maintain the client badging system; (5) Maintain video analytics and integration of multiple security software suites; (6) Maintaining the security software and connectivity and operation of cameras, door card readers, delta vehicle barriers, magnetic control vehicle barrier, and all field devices (i.e. alarm points); (7) Backup server database weekly to enable recovery of data; (8) Maintain MS Windows 2003 server and attached client workstations and all associated software; and (9) Provide job training to Government personnel. The work shall be performed on-site at the Shasta Dam located about 14 miles north of Redding in Shasta, California. Interested parties should submit a capabilities package not longer than 5 pages. Packages should include the following information: (1) Business name, address, Dun and Bradstreet number (DUNS), size classification based on NAICS size standard, socioeconomic classification (e.g., HUBZone), and a point of contact, (2) a copy of the certificate issued by the SBA of your qualifications as a certified HUBZone small business concern, and (3) a positive statement of your intention to submit an offer for this requirement as a prime. In addition, Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1201, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on Annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. Also, please include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work. Responsible sources having relevant experience and the capabilities to perform the work will be considered. The applicable North American Industry Classification System (NAICS) code is 561621 and the related small business size standard is $12.5 million. However, the government reserves the right to change the classification if deemed necessary. It is anticipated that award of the contract will occur around March 209.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7afa19757fec677756d4b3dad6930ea&tab=core&_cview=1)
- Record
- SN01734153-W 20090118/090116215752-f7afa19757fec677756d4b3dad6930ea (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 |