Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2014 FBO #4740
SOURCES SOUGHT

63 -- RFI - SECURITY SYSTEM INTEGRATOR

Notice Date
11/14/2014
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
WESTERN-SECURITY-SYSTEM-INTEGRATOR
 
Archive Date
12/16/2014
 
Point of Contact
Tiffany Atchison, Phone: 7209627158
 
E-Mail Address
atchison@wapa.gov
(atchison@wapa.gov)
 
Small Business Set-Aside
N/A
 
Description
Western Area Power Administration (Western) is issuing this Request for Information (RFI)/Sources Sought to for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10. This effort is to seek business offerors/industry information of implementation for a Security System Integrator for various sites within Western's service area (locations within 15 states in the central and western United States). The applicable NAICS code for this requirement is anticipated to be 561621. This is subject to change. The size standard for NAICS is $20.5M. Important: THERE IS NO SOLICITATION AT THIS TIME. This RFI/Sources Sought is for Market Research purposes only. This should not be construed as an obligation on the part of the Government/Western to acquire any products or services. At this time there are no fund allocated or set aside for this requirement. Any information provided to the Government is strictly voluntary and is at no cost to Western/Government. Requirements include: 1) provide, install, configure, test, document, maintain, troubleshoot, upgrade, and remove security systems, components, and associated infrastructure according to a Western Performance Work Statement and/or Task Order. These systems may include video surviellance, recording and monitoring; volumetric and perimeter intrusion detection; locking and access control devices; barriers, portals, gates, and delay mechanisms; safety controls and facility monitoring devices; local and remote annunciating and reporting equipment, long-range encrypted communication; automated and human-operated analytical technology, and other systems and components related to electronic security systems at or proposed at Western property. This work will occur at projects of varying scale, complexity, environments, and locations. 2) research, design, and recommend physical security system engineering solutions to meet Western baseline security requirements. 3) recommend systems and components which complement each other and existing security infrastructure and integrate with other security, safety, and facilities sytems with minimal software patching and hardware adapting. 4) fully document systems and projects according to Federal, DoE, Western, contract and other applicable standards. Produce configuration management plans, lifecycle replacement plans, project plans, project reports, program management reports/reviews, acceptance tests, user manuals, as-built drawings, exceptions and deviations, training materials, and special reports. 5) travel throughout the place of performance to execute Task Orders and attend project, contract, and administrative meetings with Western offices and secondary customers, and other travel deemed necessary for successful performance. 6) provide operation and system administration training on installed devices to designated personnel. 7) provide on-site service, maintenance and repair to security system components at locations under contract. This shall include repair and maintenance of all components that fail to function properly regardless of cause. Repair shall include routine and emergency services. The contractor shall provide a toll-free, 24/7-operated telephone number for authorized Western personnel to submit service requests. Unless specific arrangements are made with Western, routine service requests shall be responded to within a maximum of 48 hours and emergency service requests shall be responded to within a maximum of 1 hour. 8) establish and conduct a hardware and software preventative maintenance program which shall include, but may not be limited to: device verification and indexing, performance testing, recalibration, cleaning, and reporting. 9) maintain a software license program. Response/Submission requirements: 1. Capability statement that addresses your company's ability to provide any or all of the products/services described above; 2. Your business size according the NAICS Code identified; 3. Your DUNS number; 4. A possible approach/standard business community approach as to how you would provide the products/services identified and described above; 5. If you would provide the services/products as the sole contractor; have sub contractors; or as a Contractor Teaming Arrangement (CTA). 6. Page limit- submissions are not to exceed 20 pages. 7. Submit your responses via email to Tiffany Atchison, Atchison@wapa.gov. No phone calls will be accepted regarding this RFI/Sources Sought. 8. SUBMISSION DEADLINE IS 5:00 P.M. DECEMBER 1, 2014. Western is seeking information to determine if the requirement can be accomplished by one contractor or multiple contractors; if small businesses can provide a portion or all of the supplies and services. The only requirement/limitation Western anticipates is that one vendor would need to provide all the maintenance and management of the software for all locations. Information obtained may assist Western in defining the procurement strategy, including individual/multiple awards; small business capability; and other industry practices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b2bd2deebf6e61fd87f5581c0d93fd0)
 
Place of Performance
Address: Arizona, California, Colorado, Iowa, Kansas, Minnesota, Montana, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, and Wyoming, United States
 
Record
SN03573605-W 20141116/141114234600-6b2bd2deebf6e61fd87f5581c0d93fd0 (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.