Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOURCES SOUGHT

D -- Intrusion Detection Services - IDS Questionnaire

Notice Date
7/30/2012
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-13-S-0002
 
Archive Date
9/8/2012
 
Point of Contact
Walter Gordon,
 
E-Mail Address
walter.l.gordon@usace.army.mil
(walter.l.gordon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
IDS QUESTIONNAIRE THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this synopsis. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue solicitations as a result of this market research, they each will be assigned a Procurement Identification Number such as W912HN-13-R-XXXX. The U.S. Army Corps of Engineers (USACE), South Atlantic Division, Charleston District intends to issue future solicitation to provide services for maintenance, inspection, monitoring and installation of perimeter and armory Intrusion Detection Systems (IDS) for Marine Corps Reserve Centers (MCRC), consisting of approximately 245 systems, all controlled by the Tyco (ADT) Focus 200 controller, at approximately 145 sites, nationwide. The primary purpose of the IDS is to provide the immediate warning signal of any unauthorized entry, attempted penetration, or malfunction within the protected areas. A Central Station IDS is required, whereas the operation of the alarm devices and electrical circuits are automatically signaled to, recorded in, maintained and supervised from that station, which is managed by a commercial firm with operator in attendance at all times, to monitor signals and report any unauthorized entry, attempted entry, or system malfunction within the protected area. IDSs are required to complement the structural standards of Marine Facilities and interior controlled areas by providing continuous 24-hour, 7-days per week monitored surveillance. USACE Charleston District is therefore conducting market research to determine the availability of qualified contractors to compete under potential solicitations resulting from this announcement. Responses to this synopsis will be used as a market research tool in order to determine how the upcoming solicitation will be advertised. SUMMARY OF REQUIREMENTS: USACE Charleston District intends to solicit and award one nationwide Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for all supervision, labor, transportation, tools, materials, supplies, vehicles, and equipment necessary to properly provide services for maintenance, inspection, monitoring and installation of perimeter and armory IDS for MCRCs. Scope will include, but not be limited to: •· Provide continuous 24-hour, 7-days per week monitored surveillance of approximately 245 IDS systems at 145 sites, nationwide, and report any unauthorized entry, attempted entry, or system malfunction within the protected area. This requirement will require interfacing with the Tyco (ADT) Focus 200 controller (replacement of the Tyco (ADT) Focus 200 control panel is not an option in fulfilling this requirement). •· Inspect each system annually to verify all components (controller, key pads, door contacts, motion sensors, cellular back-up, and wired and wireless panic buttons) are in good working order and make repairs as needed. •· Install new IDS systems. It is anticipated the IDIQs will be for a period of one (1) base year and four (4) option years, not to exceed five (5) years. The magnitude of services per contract is estimated at $1 million to $3 million over a five (5) year period. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 561621, Facilities Support Services. The Small Business Size Standard is $12.5 Million. Various other NAICS codes and size standards may apply, depending on specific task order projects that may be awarded under potential future contracts. This sources sought synopsis is open to both large and small businesses, and both business categories are encouraged to submit responses. Those small business firms responding should identify ALL categories pertaining to your business: Small Disadvantaged Business (SDB), certified 8(a), certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB). A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. Interested business concerns are requested to complete and return via email the attached Market Survey Questionnaire. Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 4:00 PM Eastern time Friday, August 24, 2012 to the attention of the Contract Specialist, Walter Gordon, at walter.l.gordon@usace.army.mil. If you have questions concerning this announcement, please contact Mr. Gordon. Email is the preferred method of communication. Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac9c4732f47a7cd1684216b9a1c3a8ec)
 
Place of Performance
Address: 69A Hagood Avenue, Charleston, South Carolina, 29403, United States
Zip Code: 29403
 
Record
SN02819973-W 20120801/120730235709-ac9c4732f47a7cd1684216b9a1c3a8ec (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.