SOLICITATION NOTICE
D -- INTEGRATED FIXED TOWERS
- Notice Date
- 2/22/2012
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
- ZIP Code
- 22202
- Solicitation Number
- HSBP1012R0024
- Point of Contact
- Timothy O. Evans, Phone: (571)468-7004, Mario D. Dizon, Phone: (571)468-7034
- E-Mail Address
-
timothy.o.evans@dhs.gov, mario.dizon@dhs.gov
(timothy.o.evans@dhs.gov, mario.dizon@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICIATION NOTICE ONLY: The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Office of Technology Innovation and Acquisition (OTIA) has a requirement for Integrated Fixed Tower (IFT) systems and intends to issue a solicitation on a full and open competition basis to procure fully-integrated, non-developmental IFT systems that encompass open system architecture to be used by United States Border Patrol (USBP) Agents. The IFT procurement is one element of a broader CBP strategy to rapidly acquire non-developmental (and ideally commercially available) systems to support border protection efforts. The technology combines with other resources and capabilities, notably personnel, infrastructure, and intelligence, to improve the overall efficiency and effectiveness of our border protection efforts. The IFT systems will assist agents in detecting, tracking, identifying and classifying items of interest along our Nation's borders through a series of fixed sensor towers and command and control center equipment that displays information on a common operating picture (COP). The procurement will consist of surveillance equipment (e.g., ground surveillance radars and surveillance cameras) mounted on fixed (i.e., stationary) tower(s); all necessary power generation and communications equipment to support these tower sites; and command and control (C2) center equipment (including one or more operator workstations) capable of displaying information received from surveillance towers on a COP. The Government expects the solicitation to be released via FEDBIZOPS on or about 07 March 2012 and is not seeking proposals from industry at this time. COMPETITION TYPE: Full and Open Competition based upon Best Value with a base and option quantities/periods. DESCRIPTION OF THE REQUIREMENT: The U.S. Customs and Border Protection intends to award a Firm Fixed Price (FFP), single award contract. The contractor shall provide all management, supervision, engineering services, personnel, labor, materials, and equipment (except for government furnished items) required to build, install, test, and sustain the IFT system in each Border Patrol Station (BPS) area of responsibility (AoR) identified in the contract. The contractor shall build, install, and test the IFT system in each BPS AoR no later than 12 months after contract award (for the base quantity) and no later than 12 months after exercising an Option for all AOR Option quantities. Following Government acceptance of the system within each BPS AoR, Contractor Logistics Support (CLS) will commence. Initial deployment of the IFT System will be in the BPS Nogales AoR. Five additional AoRs may be deployed, for a maximum of six BPS AoRs within the State of Arizona. The period of performance of this contract, if all options are exercised including the sustainment effort, is anticipated to be eight years after contract award. PREVIOUS RELATED FEDBIZOPS LINKS : FEDBIZOPS Pre-solicitation notice HSBP0111RFT dated January 18, 2011. FEDBIZOPS special notice HSBP0111RSWBTS dated January 27, 2011 FEDBIZOPS special notice HSBP1012R0024 dated December 7, 2011. Contracting Office Address: US Customs and Border Protection 1901 S. Bell Street Mail Stop 1043 Arlington, VA 20598-1043 Place of Performance: The work for this project will be performed within the continental United States, and on tribal lands. The initial site installation will be within the state of Arizona. Upon successful acceptance by the Government of the initial Area of Responsibility (AoR), priced options may be exercised for work to be performed at additional sites in Arizona. Primary Point of Contact: Timothy O. Evans, Contract Specialist timothy.o.evans@dhs.gov Phone: (571)468-7004 Secondary Point of Contact: Mario D. Dizon, Procuring Contracting Officer mario.dizon@dhs.gov Phone: (571)468-7034 Fax: (571)468-7190
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1012R0024/listing.html)
- Place of Performance
- Address: The work for this project will be performed within the continental United States, and on tribal lands. The initial site installation will be within the state of Arizona. Upon successful acceptance by the Government of the initial Area of Responsibility (AoR), priced options may be exercised for work to be performed at additional sites in Arizona., United States
- Record
- SN02680390-W 20120224/120222234835-ef76bcb55b3e60c120734f132eabfb3d (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 |