SOURCES SOUGHT
R -- Security Management Systems Administrator
- Notice Date
- 9/16/2014
- Notice Type
- Sources Sought
- Contracting Office
- Social Security AdministrationOffice of Acquisition and Grants1540 Robert M. Ball Building6401 Security BlvdBaltimoreMD21235
- ZIP Code
- 21235
- Solicitation Number
- SSA-RFQ-15-0015
- Response Due
- 9/23/2014
- Archive Date
- 9/26/2014
- Point of Contact
- KRISTIN TAYLOR
- E-Mail Address
-
Kristin.Taylor@SSA.GOV
(KRISTIN.TAYLOR@SSA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Notice Only. This is not a request for quotation and no contract will be awarded from this notice. The Social Security Administration (SSA) is conducting a sources sought to help determine the availability and technical capability of qualified small businesses, 8(a) qualified small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and HUBZone small businesses capable of providing the requirement below. This sources sought announcement is not a request for quotation, and the Government is not committed to issue a solicitation or award a contract pursuant to this announcement or based on responses to this announcement. The information from this market research is only for planning purposes, and will assist the Government in its acquisition strategy. The Government will not entertain questions concerning this notice, and will not pay any costs incurred in the preparation of information for responding to this sources sought. Proprietary information must be clearly identifie! d as proprietary information. The SSA has a requirement for Contractor services to manage the Lenel OnGuard 2010 Security Management Systems and to oversee operations in the Credentialing and Visitor Center in coordination with SSA?s security structure. These services will be performed primarily at the SSA office located in Falls Church, Virginia. The Contractor shall also provide these services to the SSA offices located in Springfield and Crystal City, Virginia for less than one (1) workday on a bi-weekly basis. The Contractor shall be responsible for managing the Security Management System to include the Lenel OnGuard system modules for access control, visitor management, credential management, closed circuit TV, and the service and maintenance requirements. The Contractor shall be responsible for developing and maintaining a record of all service requests for the wedge barrier system, Lenel OnGuard system such as alarms, cameras, the AIPHONE and Alertus. The Contractor shall be responsible for managing the ALERTUS and AIPHONE Emergency Communication System and with assessing the systems and recommending upgrade requirements, and preparing monthly and annual reports of the activity. The Contractor may be required to perform duties outside normal working hours to support the Lenel OnGuard Security Management System, the SecureUSA wedge barrier, turnstiles and supplemental emergency notification systems. The Contractor shall be required to have completed the Lenel OnGuard User Ad! ministrator certification and the OnGuard User Advanced Administration training. The SSA anticipates the award of a firm-fixed price contract. The contract will consist of a one-year base period and four one-year option periods. The total duration of the proposed contract is sixty-months. The North American Industry Classification System (NAICS) Code applicable to this requirement is 541513 and the small business size standard is $27.5M. Interested firms capable of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52-219-14) shall submit a capability statement that demonstrates their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm's experience and capability to provide the requirements. Failure to demonstrate capability of providing the requirement in response to this sources sought may affect the Government's review of the industry's ability to perform or provide these requirements. In addition to capability statements, firms must include in their responses: (1) company name, address, email address, website address and telephone number; (2) size and type of ownership and socioeconomic designation for the organization (i.e. small business, small disadvantage business, 8(a), HUBZone etc.); and (3) business experience performing similar services. Vendors must send written responses by Tuesday, September 23, 2014 to Kristin Taylor, Contract Specialist at Kristin.Taylor@ssa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-15-0015/listing.html)
- Record
- SN03514405-W 20140918/140917000640-7351465bfd4d4f1127e9b206aae03302 (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 |