Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2012 FBO #3785
SOLICITATION NOTICE

J -- Physical Access Control System (PACS) Equipment, Software, and Maintenance Requi

Notice Date
4/3/2012
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
BSEE HQ PROCUREMENT381 Elden StreetHerndonVA20170
 
ZIP Code
20170
 
Solicitation Number
E12PS00020
 
Response Due
4/18/2012
 
Archive Date
5/18/2012
 
Point of Contact
Sagar S. Damania
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This procurement is being conducted in accordance with FAR Part 15, Contracting by Negotiations. The U.S. Department of the Interior (DOI), Bureau of Safety and Environmental Enforcement (BSEE), intends to competitively award a contract entitled Physical Access Control System (PACS) Equipment, Software, and Maintenance Requirement at the BOEM/ BSEE Gulf of Mexico Regional (GOMR) Offices. The BSEE, Acquisition Operations Branch, is the contracting office for this procurement and the resulting contract administration. All potential offerors must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) in order to receive Government contracts. The Government intends to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract for this effort. The applicable North American Industrial Classification System (NAICS) Code is 561621, entitled Security Systems Services (except Locksmiths), with the small business size standard of $12.5 Million. The anticipated base period of performance will be 12 months and four (4) Option Periods with 12 months each, a total of 60 months (if all option periods are exercised), will be incorporated. This acquisition is a total small business set-aside in accordance with the FAR part 19.502-2 (b). The anticipated minimum guaranteed as result of this competition is $2,500 and the total amount for all task orders issued under this contract is estimated at a maximum amount of $500,000.00. BACKGROUND: The U.S Department of the Interior (DOI), Bureau of Safety and Environmental Enforcement (BSEE) foresees an upcoming need for Physical Access Control System (PACS) related purchase of equipment and software, installation, and maintenance services to the PACS for the offices in the Gulf region, primary office located in New Orleans, LA. Due to bureau reorganization, the DOI has split the Bureau of Ocean Energy Management, Regulation and Enforcement (BOEMRE) into two separate bureaus: The Bureau of Safety and Environmental Enforcement (BSEE) and the Bureau of Ocean Energy Management (BOEM). BSEE is the lead agency for all security matters. The BSEE currently controls all aspects of the security system, including issuing identification credentials; encoding the credentials for use with the installed AMAG readers; creation of reader groups; and all other controls associated with the system. PURPOSE and OBJECTIVES: The main objective of this procurement is to obtain a cost effective solution to modernize, maintain, or replace current Physical Access Control System (PACS), while leveraging existing investments in hardware infrastructure and software. The Government has invested heavily in the existing AMAG Technology PACS through both direct costs, including the cost of the equipment, software, maintenance and support services, and indirect costs, which include the cost of personnel time and training. Under this effort, the contractor shall provide necessary resources to furnish, install, and maintain the AMAG Physical Access Control System (PACS) at the BOEM/ BSEE locations in the Gulf of Mexico Region (GOMR). PERFORMANCE REQUIREMENT: This synopsis has the following performance requirement that the offeror shall able to meet in order to consider for award. a) New Orleans Local Area Serving The offerors shall have support personnel presence within a 50 mile radius of New Orleans, LA zip code 70123, in order to respond to the government requirement. b) AMAG Authorized Reseller/ Distributor - The offerors interested in this opportunity shall be authorized/ certified in supplying equipment, installation services and maintenance of AMAG Technology, Inc. systems, hardware, and software. c) Emergency Response after Hurricanes The offeor shall possess or have ability possess a valid Tier One Re-Entry Placard at time of submitting the proposal. The placard is required to allow offerors re-entry to bureau sites after a hurricane evacuation. This placard is critical to ensuring the security system is brought back online in the regional office as soon as possible after a hurricane to protect government assets. Placards are required to reenter the city through law enforcement roadblocks before the city is opened for normal business. The offerors shall have support personnel presence within a 50 mile radius of the New Orleans, LA zip code 70123, to provide rapid response after a storm. After the regional server is brought back online, trips to each district office may be needed. The emergency response after hurricanes re-entry procedures, information about applying placards, and other information are posted on New Orleans government website, http://www.nola.gov/GOVERNMENT/Emergency%20Alert/Re-Entry%20FAQs#FAQ87. HOW TO COMPETE FOR THIS CONTRACT: If you are interested in participating in this acquisition, please send your organizations name, point of contact, address, telephone and fax numbers, email address, and Data Universal Number System (DUNS) Number via email to Sagar S. Damania at Sagar.Damania@bsee.gov and to Rebecca L. Kruse at Rebecca.Kruse@bsee.gov or mailing it to the Contracting Office Address: BSEE Acquisition Operations Branch, 381 Elden Street, MS HE2306, Herndon, VA 20170 - Point of Contact: Sagar S. Damania by 2:00 p.m. Eastern Time (ET) Wednesday, April 18, 2012. Those organizations expressing an interest in this opportunity will receive a copy of the complete solicitation upon issuance. Reference Solicitation No. E12PS00020 on all correspondence. TELEPHONE INQUIRES ARE DISCOURAGED. ATTACHMENT: Brand Name Justification in accordance with FAR Part 6.302.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/530bb425c1e9cd96d5a0462f1df6e2e6)
 
Record
SN02712346-W 20120405/120403235144-530bb425c1e9cd96d5a0462f1df6e2e6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.