SOLICITATION NOTICE
N -- Cyberlock Expansion (FY2019) IDIQ - Presolicitation Notice
- Notice Date
- 9/18/2018
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB137020-18-03026
- Point of Contact
- Chantel Adams, Phone: 3019756338, Keith Bubar, Phone: 301-975-8329
- E-Mail Address
-
chantel.adams@nist.gov, keith.bubar@nist.gov
(chantel.adams@nist.gov, keith.bubar@nist.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS NOTICE IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING; THIS IS FOR INFORMATION ONLY; NO RESPONSES ARE REQUIRED. THE OFFICIAL SOLICITATION NOTICE WILL BE POSTED TO FEDBIZOPPS UNDER SEPARATE NOTICE. This is a Presolicitation Synopsis Notice for a new, single award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the NIST-wide Wireless Cyberlock Expansion Project. Related Notices previously posted to FEDBIZOPPS: Sources Sought Notice Number AMDTC-18-CQ-0002 The Contract Specialist point of contact for this anticipated solicitation will be Chantel Adams at (301) 975-6338, email chantel.adams@nist.gov. The Contracting Officer point of contact for this anticipated solicitation will be Keith Bubar at (301) 975-8329, email keith.bubar@nist.gov.; 1. CONTRACT INFORMATION: Solicitation 1333ND18QNB130610, is intended to result in a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. Anticipated Task/Delivery Orders shall be issued as Firm Fixed Price (FFP), Labor Hour (LH), Time and Materials (T&M) or a Hybrid of these contract types. The period of performance of the IDIQ contract is expected to include a five-year ordering period. Period of performance of task and/or delivery orders shall be determined on each order. Place of performance will be determined on each task order. This action will be 100% 8(a) Set-aside. 2. PROJECT INFORMATION: The project scope is to expand and provide the Cyberlock system in NIST facilities. Objectives •Software and hardware system utilizing the existing NIST WIFI system for provided wireless cyberlocks •Site surveys for suitability for doors to include existing WIFI Signal strength/compatibility •Removal of existing locksets and hardware •Modifying doors to accept new cyberlocks •Cylinder changes related to new cyberlocks •Providing, configuring and modifying software related to the cyberlocks •Adding cyberlocks to the system •Training and support for cyberlocks. •Support all NIST Facilities noted in the IDIQ SOW. IDIQ Scope of requirements Each task order will specify the services required on that task order. A.Surveying existing NIST facilities for interoperability with existing WIFI IEEE 802.11 networks, so as to permit providing cyberlocks. B.Surveying existing doors to determine requirements to install cyberlocks. C.Removal of existing locksets, cylinders, and door hardware necessary to provide new cyberlocks. D.Providing and if specified in the task order scope key specified cylinders E.Door modifications such as door wraps, spacers, longer screws, core tail pieces, etc. F.Providing software licenses that support the cyberlocks. G.Scheduling services via Microsoft Project or similar scheduling program. H.Cyberlock programming on the server to include recommendations for setting up additional servers/ communication servers. I.Configuration of cyberlocks as they are installed to communicate with the production server. J.Software programming for access, alarms, access groups, door groups, email alerts, etc. on the server or other computer equipment. K.Provide software upgrades for the software on the servers. Software and restoration from a file(s) backup. L.Software, hardware, and end user (room occupant) training. M.Testing and verification of cyberlocks. N.Computer Aided Drawings (AUTOCAD 2018 or higher) resulting from surveys. Drawings shall be prepared via US Army Corps A/E/C Standard 6.0 or higher. 3. EVALUATION INFORMATION: The Government intends to use a price/technical tradeoff process to award single contract to the responsible Offeror whose proposal represented the best value to the Government, evaluated price and other factors considered. However, the Government reserves the right to make multiple awards if deemed to be in the best interest of the Government after evaluating proposals. The Government reserves the right to make an award to other than the lowest-priced Offeror or to the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Contracting Officer intends to award without discussions, but reserves the right to initiate discussions if necessary. The Government will evaluate the proposal responses in accordance with the criteria described in the solicitation. 4. ESTIMATED POSTING DATE: The Government anticipates posting the official Solicitation on or approximately on or after 15 days from the publication date of this notice, under solicitation 1333ND18QNB130610. Proposals are anticipated to be due approximately 45 days from issuance of the Solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is NAICS code 561621 - Security Systems Services (Except Locksmiths), with a small business size standard of $20.5 million in annual sales. Potential Offerors will be responsible for obtaining the solicitation and related amendments, if any, from www.fbo.gov after the solicitation has been posted. The Government will not maintain a mailing list. Any communications regarding this acquisition must be made in writing and forwarded via email to chantel.adams@nist.gov and keith.bubar@nist.gov, and must follow the instructions provided in the official Solicitation for communications to NIST. Offerors must be actively registered in the System for Award Management (SAM) at www.sam.gov, in order to be eligible to receive a contract under this acquisition. THIS ANNOUNCEMENT IS A PRE-SOLICITATION NOTICE ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, IMPLIED OR OTHERWISE, TO ISSUE A SOLICITATION OR AWARD A CONTRACT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB137020-18-03026/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Record
- SN05095048-W 20180920/180918231406-00b9849cb443951973f9c22cad039eb0 (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 |