SOLICITATION NOTICE
L -- Electronic Security System Subject Matter Expert(s) - Performance Work Statement - Initial Capabilities Documnet
- Notice Date
- 7/10/2009
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-09-R-8018
- Archive Date
- 8/22/2009
- Point of Contact
- alfons skudlarek, Phone: 2026855939, Michael J Vicory, Phone: 202-685-5962
- E-Mail Address
-
alfons.skudlarek@navy.mil, michael.vicory@navy.mil
(alfons.skudlarek@navy.mil, michael.vicory@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ICP Draft PWS THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. MSC REQUESTS INFORMATION PERTAINING TO THE POTENTIAL AWARD(S) FOR ELECTRONIC SECURITY SYSEM (ESS) SUBJECT MATTER EXPERT(S) (SME). 1. MISSION/REQUIREMENT: The Military Sealift Command’s (MSC) Force Protection Code (N34) developed Electronic Security System (ESS) requirements as outlined in the Initial Capabilities Document (ICD) dated 16 October 2007. The capabilities described in the ICD were designed to improved day-to-day Antiterrorism/Force Protection (AT/FP) security and readiness, increase security awareness, and decrease force protection expenses. ESS is that part of physical security concerned with the safeguarding of personnel and/or property by use of electronic systems. Today’s threats to military assets of the United States require that MSC plan and provide security for government owned and chartered vessels. These vessels have limited self-defense capabilities. It is absolutely critical that MSC utilize technical systems to leverage the capabilities of the MSC civilian crews and military security teams. The work will require the Contractor to evaluate technology, assist in developing recommendations, develop work items, prepare drawings and obtain MSC approval, perform ship checks, and develop Transliterations (TRANSALTS) utilizing MSC Standards for the ESS and equipment. MSC requires the services of Electronic Security Expert(s) to update the requirements of the MSC ICD for CCTV, Access Control System (ACS) and Audible Warning Systems (AWS). The ESS Expert will provide electronic product solutions to shipboard security requirements that will assist MSC in protecting its afloat assets by electronic means. The following are the desired outcomes for this contract; (1) User friendly interface (i.e. Human Machine Interface (HMI); (2) High reliability; (3) Weather resistant (4) Low maintenance COTS equipment; (5) System Uninterruptible Power Supply (UPS) backup one (1) hour; (6) System design to allow ship’s crew to replace broken/defective parts; (7) Light weight portable and fixed units; (8) Interchangeable parts. 2. Interested parties shall furnish the following minimum information and answer the following questions: a)Name of company; b)POC, Telephone Number, Fax Number, Address, and e-mail address (if available); c)Brief summary of company history most relative to similar requirements; d)Estimated daily, annual, or other term cost/price to provide said service for five (5) years. e)Small business standing (i.e., small or large business; HubZone status, SDB, etc...). f)Can you meet the delivery times specified in the Statement of Work? g)If you can not meet any delivery time what would you recommend as a more realistic period? h)Would your proposal be less expensive if you were given more time? If so how much? (Example: A 25 percent reduction in price is expected if the delivery date for option 1 is increased by 14 days.). i)Do you have the capability to provide the research and analysis needed? j)What type of research and analytical methods would you employ for this solicitation? k)Do you have sufficient in-house staff available to accomplish all work in this Statement of Work? l)If you do not, how much would you need to add to accomplish this and by what method (new hires, subcontracting, etc)? m)What do you envision are the biggest cost drivers in this Statement of Work? n)Within what range do you expect that you can accomplish all the work required in this Statement of Work (do not include travel)? 1. Under $150,000; 2. $150,000 to $250,000; 3. $250,000 to $350,000; 4. $350,000 to $450,000 5. Over $450,000. o) Please provide any other additional comments or questions. Attached is a draft Performance Work Statement being used to obtain industry feedback and comments. It is requested that the above information be provided no later than 1200 hours on 7 August 09. The point of contact for this action is Mr. Alfons Skudlarek at (202) 685-5939. Responses should be emailed to Alfons.Skudlarek@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-09-R-8018/listing.html)
- Place of Performance
- Address: Washington, DC, Washington, District of Columbia, 20398-5540, United States
- Zip Code: 20398-5540
- Zip Code: 20398-5540
- Record
- SN01871401-W 20090712/090710235627-5a49c07f2cc5eafe91314308349819e4 (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 |