Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

63 -- IBDSS (Integrated Base Defense Security, USAF Europe & Africa)

Notice Date
1/24/2020 2:26:13 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA5641 764 SCONS PK APO AE 09094 USA
 
ZIP Code
09094
 
Solicitation Number
01242020
 
Response Due
2/24/2020 1:00:00 AM
 
Archive Date
03/10/2020
 
Point of Contact
Ian Orton, Phone: 496315368090, Tom Collins, Phone: 496315366860
 
E-Mail Address
ian.orton@us.af.mil, thomas.collins.16.de@us.af.mil
(ian.orton@us.af.mil, thomas.collins.16.de@us.af.mil)
 
Description
This is a follow up to a Request for Information (RFI)�posted on FBO on March 29, 2019, titled ""Integrated Base Defense Security Systems (IBDSS).� Introduction This announcement constitutes a Sources Sought and�RFI for industry comment. Please note this notice is NOT a Request for Proposal (RFP). �The 764th Specialized Contracting Squadron (SCONS) is United States Air Forces in Europe and Air Forces Africa (USAFE-AFAFRICA) centralized organization for executing enterprise-wide strategic sourcing. �Strategic sourcing best practices are utilized to continually improve and reevaluate organizational purchasing activities, improve quality, and reduce costs. �This RFI is in consideration of a potential solicitation for engineering development, design, procurement, fabrication, configuration, integration, installation, logistics, maintenance, and life cycle support solutions for electronic security and emergency management deliverable products. These deliverable products will support the operational requirements of the USAFE where electronic security and emergency management are of high or vital interest. The attached SOW provides the general guidelines and specific requirements to develop, deliver, and sustain electronic security and emergency management deliverable products that protect our Nation's critical infrastructure, personnel, assets, and resources in the United States European Command (USEUCOM) area of responsibility (AOR). Disclaimer This RFI is issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this RFI, is strictly voluntarily. �Vendors will not be reimbursed for any cost related to this RFI. �The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Please, do NOT submit actual proposals, prices, marketing materials, or any other deliverables in your company�s RFI response.� DO NOT submit item prices or product information at this time. Submission Instructions All responses should be submitted via electronic email format to Mr.�Ian Orton�(ian.orton@us.af.mil), and Mr.�Tom Collins (thomas.collins.16.de@us.af.mil).� All emails submissions must be less than 5MB. �If larger files are required please contact the aforementioned via email to set up an alternative submission method. Questions Interested vendors may provide responses to the following questions with respect to interest, unique capabilities and the proposed contract/acquisition strategy. Has the company ever (or currently) performed this type of technical work for the DoD?� If so, identify the period of performance and primary work location(s). Can the company provide task orders/ contracts for security-related efforts as addressed in the Statement of Work (SOW) (over $5M each) to include a Government Point of Contact (POC)? � Does the company currently have (on-hand) adequate physical resources such as tools, facilities and electronic test/repair equipment to perform the work stated in the SOW? � Has the company ever had an awarded contract terminated by the DoD or other government agency for failure to perform? � Does the company currently employ personnel with security clearance to access DoD facilities and classified areas who also possess the technical expertise in electronic security systems to adequately perform the tasks required?� � Does the company intend to employ the use of sub-contractors to accomplish tasks or will the work be done solely by the company awarded the contract? � Does the company have the ability to handle multiple projects simultaneously? � Does the company currently possess a TS/SCI security clearance? � Can the company provide historical experience with compliance of German Technical Expert Status (TESA)/Article 73 to retain personnel within Germany after a three-month period? � Does the company currently have an office/office space and warehouse within the United States European Command (USEUCOM) Area of Responsibility (AOR)? � Can the company currently provide storage of equipment for security-related efforts at the open storage SECRET level within the USEUCOM AOR? � Does the company have the ability to perform Pre-Installation Test and Checkout (PITCO) in a secured environment within the USEUCOM AOR? � Is the company a Value �Added Reseller of Lenel, AMX and Vindicator products? � Are you willing to be on a Multiple Award IDIQ contract that has Delivery Orders that range from $10,000 to $5,000,000, with the majority of orders anticipated to be under $250,000?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcd4cc0d766c4287bd3fbfd6cf22413f/view)
 
Place of Performance
Address: Ramstein 66877, DEU
Zip Code: 66877
Country: DEU
 
Record
SN05543521-F 20200126/200124230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.