SOURCES SOUGHT
63 -- Security Equipment, Installation, Maintenance, Repair - PWS group 4 - PWS group 3 - PWS_Group 2 - PWS_Group 1
- Notice Date
- 6/14/2011
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Support Services Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- ZZH-061411-7072
- Archive Date
- 7/15/2011
- Point of Contact
- Zahra Z. Hashmi, Phone: 202-646-7072, Zahra D. Hashmi, Phone: 202-646-7072
- E-Mail Address
-
zahra.hashmi@fema.dhs.gov, zahra.hashmi@dhs.gov
(zahra.hashmi@fema.dhs.gov, zahra.hashmi@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance work statement for first group of security supplies and services. PWS for group 2 of security supplies, equipment and services. PWS for group 3 security supplies, equipment and services. PWS for group 4 security supplies, equipment and services. This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice or solicitation pursuant to FAR Part 5) and is a request for information to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10, Market Research. This notice is issued by The Department of Homeland Security, Federal Emergency Management Agency (FEMA) to provide technical support services for emergency repairs, installations, inspections/preventive maintenance and security system administration for Security equipment located nationwide across 10 FEMA Regions and Headquarters, as well as any additional fixed and disaster sites nationwide including Alaska, Hawaii, Guam, Puerto Rico, and the US Virgin Islands. Four (4) Performance Work Statements (PWS) are attached to this Sources Sought Notice. It is FEMA's intent to issue a separate solicitation to be synopsized on the FedBizOpps website at https://www.fbo.gov. It is the potential offer's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought. Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought including commercial market information and company information. Companies may provide capabilities for any or all of the 4 requirement groups. Companies may provide any number of capabilities but must have a nationwide physical presence and performance capability in each of the 10 FEMA Regions and Headquarters to provide: (1) A four (4) hour response for the emergency repairs of security equipment; (2) Annual inspection/prevent maintenance of security equipment and technical support of security systems; and (3) Installation of security equipment. Please provide your capabilities for each, individually, of the 4 Groups below: (See attached PWSs) Below is a list of Regions/Areas for the purpose of this RFI with states and areas that comprise the regions: Regions/Areas: I. Boston: MA, ME, VT, NH, CT, RI II. New York: III. Philadelphia: NCR. HQ DC: IV. Atlanta: V. Chicago: VI. Denton: VII. Kansas City: VIII. Denver: IX. Oakland: X. Seattle (Bothal) The applicable NAICS Codes are 561621, Security Systems Services (except Locksmith) and the size standard is $12.5 million; and 561622 Locksmith and the size standard is $7.0 million. Any interested company capable of providing these services is requested to respond via e-mail to Joseph.Hodges@fema.gov and Zahra.hashmi@fema.gov no later than June 30, 2011 at 3:00PM, EST with the following information. 1. Capability Statement(s) that demonstrates the ability to meet any of the above capability groups. 2. Evidence of work experience for each capability group, similar in type, scope, and complexity to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers, and statement of the scope. Interested parties shall furnish this information for at least two (2) contracts for the prime contractor, ongoing or completed within the last three years, for like or similar services, held with the FEMA or other Government agencies or private industry. 3. Corporate affiliations, potential joint venture partners, teaming partners, and or major subcontractors or (prime) information must be provided with your information. 4. A positive statement of your intent to submit a proposal for this solicitation as a prime contractor. 5. Interested parties shall provide a description of the scope and type of work you have accomplished in support of Federal Government Facility Security Levels I, II, III, IV, or V. Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in considering a company as not a viable source. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. Current CCR registrations must be accurate and complete. CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. There are no funds associated with this sources sought notice. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement WA, OR, ID, AK CA, AZ, NV, GU, HI CO, UT, WY, MT, ND, SD KS, NE, IA, MO TX, LA, OK, AR, NM IL, WI, MN, IM, MI, OH GA, MS, FL, AL, SC, NC, TN, KY DC, MD, VA, WV PA, DE NY, NJ, PR, VI, Group 1, Notification Systems Control Group 2, Access Control Group 3 Perimeter Control Group 4 Security Screening Control Systems
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be647cc532444bca7b927485704c8c1b)
- Place of Performance
- Address: 500 C Street SW, Washington, District of Columbia, 20472, United States
- Zip Code: 20472
- Zip Code: 20472
- Record
- SN02472831-W 20110616/110614235459-be647cc532444bca7b927485704c8c1b (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 |