Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2018 FBO #5889
DOCUMENT

63 -- Security System Design and Integration II (SSDI II) - Attachment

Notice Date
1/5/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
DTFAWA-17-R-00049
 
Response Due
2/5/2018
 
Archive Date
2/5/2018
 
Point of Contact
Amy Wright, amy.wright@faa.gov, Phone: 202-267-4425
 
E-Mail Address
Click here to email Amy Wright
(amy.wright@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Request for Offers (SIR DTFAWA-17-R-00049) for the SSDI2 procurement, as described below. 1. General Requirements The FAA has a requirement to perform the complete technical refresh of security systems at staffed facilities. Technical Refresh can vary from the replacement of fully integrated Physical Access Control system (PACS), Surveillance System, and Perimeter Intrusion Detection System, to replacing intercoms and door hardware. Access control systems must meet Homeland Security Presidential Directive 12 (HSPD-12) and National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) requirements and be on the General Services Administration (GSA)approved parts list. Access control devices for small facilities will be networked to shared security servers. All facilities must be accessible for remote monitoring by the FAA's Physical Security Enterprise Management System (PSEMS) which can manage alarms, alarm video, and Personal Identity Verification (PIV) cardholder access. 2. Incumbent Contractor This is a follow-on contract to the Security Systems Design and Integration Contract (DTFAWA-08-D-00010) held by Versar Security Systems, LLC, located in Springfield, Virginia. 3. Nature of Competition This is an unrestricted competition. 4. General Information The purpose of this announcement is release the SIR. Portions of the SIR are Security Sensitive and are for release for official use only. Some SIR files have been password protected and may only be obtained as authorized by the Contracting Officer. 5. Northern American Industry Classification System (NAICS) Code The classification for this acquisition is 561621, Security System Services (except Locksmiths). The size standard associated with NAICS 561621 is $20.5 million. 6. How to Obtain Sensitive Unclassified Information Portions of the RFO are Four Official Use Only (FOUO), Sensitive Unclassified Information (SUI) documents and must be treated appropriately. FAA Procurement Guidance T.3.14.1-6(b) provides authority for SUI. The process for FOUO/SUI documents is contained in the attached Document Security Notice (DSN) and must be adhered to before receiving access to portions of the RFO. To receive access to the FOUO/SUI documents, please complete the below actions and return signed DSN to the Contracting Officer (CO) Amy Wright at amy.wright@faa.gov. To obtain the documents you must: A. Be registered in the System for Award Management (SAM) www.sam.gov with the NAIC code listed above. B. Agree to the terms and conditions for release by signing and submitting the DSN, including a list of employees with access to the documents and a preliminary list of subcontractors if applicable. Upon receipt of the signed DSN and verification of SAM registration, the Contracting Officer will provide further instructions to the responding Company's named authorized representative. RFO documents are only available through a secure release by the CO. If you have previously submitted a DSN in response to the RFI previously released for this procurement, it is not necessary to complete a new DSN. Please review the list of employees and subcontractors, if any, that were previously submitted with your and update if this information has changed. When you have verified the information, please send an email to the CO at the above address with any updated information of stating that the information previously submitted is current and accurate and attach a copy of the signed DSN. 7. Procurement Milestones The projected milestones for the procurement are: Offeror Comments and Questions Due “ 01/12/2018 Receipt of Proposals “ 02/05/2018 These dates are subject to change, and are provided for planning purposes only. 8. Additional Information This announcement is not intended to guarantee procurement of the equipment and services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the inquiries or responses for this announcement and will not reimburse any firm for costs incurred in responding to this announcement. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/28962 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-17-R-00049/listing.html)
 
Document(s)
Attachment
 
File Name: J-01 SSDI-II List of Facilities_FOUO (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85093)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85093

 
File Name: DTFAWA-17-R-00049 PWREQ (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85092)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85092

 
File Name: J-03 List of Applicable Documents (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85095)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85095

 
File Name: J-02 Acronym List (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85094)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85094

 
File Name: J-17 Past Performance Questionnaire (docx) (https://faaco.faa.gov/index.cfm/attachment/download/85108)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85108

 
File Name: J-11 Contractor Acceptance Inspection (CAI) Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/85105)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85105

 
File Name: J-19 SSDI II Sample Task for KSN (doc) (https://faaco.faa.gov/index.cfm/attachment/download/85116)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85116

 
File Name: J-10 Non-Standard Equipment Request Template (xls) (https://faaco.faa.gov/index.cfm/attachment/download/85104)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85104

 
File Name: J-19 SSDI II Sample Task for KSN FSL - 2 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/85115)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85115

 
File Name: J-16 Equipment List (xls) (https://faaco.faa.gov/index.cfm/attachment/download/85107)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85107

 
File Name: J-15 Excerpt from 1600.69C FOUO (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85106)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85106

 
File Name: J-20 SSDI II Cost Model (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/85117)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85117

 
File Name: J-07 Work-Plan Request (xls) (https://faaco.faa.gov/index.cfm/attachment/download/85101)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85101

 
File Name: J-18 Physical Security Enterprise Management System (PSEMS) FOUO (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85112)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85112

 
File Name: SSDI II DID's (zip) (https://faaco.faa.gov/index.cfm/attachment/download/85100)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85100

 
File Name: J-14_Door Matrix FOUO (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85111)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85111

 
File Name: J-09 Clarification Question Template (xls) (https://faaco.faa.gov/index.cfm/attachment/download/85103)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85103

 
File Name: J-19 SSDI II Sample Task for KSN FSL - 1 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/85114)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85114

 
File Name: J-08 Task Order-Work Plan (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/85102)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85102

 
File Name: J-19 SSDI II PSEMS Tasking (docx) (https://faaco.faa.gov/index.cfm/attachment/download/85113)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85113

 
File Name: J-13 Resume Format (doc) (https://faaco.faa.gov/index.cfm/attachment/download/85097)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85097

 
File Name: J-12 Sample Site Survey Report (doc) (https://faaco.faa.gov/index.cfm/attachment/download/85096)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85096

 
File Name: SSDI II CDRLs (zip) (https://faaco.faa.gov/index.cfm/attachment/download/85099)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85099

 
File Name: J-04 Labor Category Definitions (doc) (https://faaco.faa.gov/index.cfm/attachment/download/85098)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85098

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04782059-W 20180107/180105230506-33e292a7b32543268dbdfa7d5a8a8980 (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.