SOURCES SOUGHT
J -- 1st Army Electronic Security System (ESS)
- Notice Date
- 5/13/2020 12:32:24 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-20-F-AT00
- Response Due
- 5/27/2020 10:00:00 AM
- Archive Date
- 06/11/2020
- Point of Contact
- Angel J. Traman, Phone: 3097828161
- E-Mail Address
-
angel.j.traman.civ@mail.mil
(angel.j.traman.civ@mail.mil)
- Description
- Sources Sought� Title:� SECURITY SYSTEM SERVICE AGREEMENT, ELECTRONIC SECURITY SYSTEM, BUILDING 68, ROCK ISLAND ARSENAL � 1st Army �Classification Code:� J063�� NAICS Code: �561621� This is a Sources Sought Notice. This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to provide services maintain and repair an integrates Electronic Security System (ESS), 1st Army in Building 68, on Rock Island Arsenal, Illinois.�� The U.S. Army Contracting Command-Rock Island (ACC-RI) is seeking sources only. ACC-RI intends to consider all capability statements when developing its finalized acquisition strategy and resulting solicitation(s). Please submit all capability statements along with answering the questionnaire by 12:00 P.M. CST on 27 MAY 2020� by email to angel.j.traman.civ@mail.mil. The capability statement should include information about the vendor�s ability to perform this requirement per the DRAFT Performance Work Statement (PWS) and provide information to support the vendors answers to the questionnaire.� Also provide cage code and Vendor Size Standard. This is for information only which may be used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. ACC-RI will only utilize the information you provide in developing its acquisition approach for future requirements. Description of Scope of Work:�� The contractor will provide ongoing services to maintain and repair an integrates Electronic Security System (ESS), 1st Army in Building 68, on Rock Island Arsenal, Illinois. The existing ESS consists of numerous components, and is primarily based on those manufactured by Simplex-Grinnell LP, but also utilize other commercially available components.� Simplex-Grinnell has also maintained this ESS since its installation around 2010, to include its operationg system software (OS S/W) updates, as well as some various system expansions and customer changes. The Contractor shall provide maintenance and repair services of components of � or related to the Simplex-Grinnell�s C-Cure 9000-P access system, the CC9000 Closed Circuit Television (CCTV) camera system, and other manufacturers� integrate components, such as an ESS dedicated server, an integrated DVR recording system, an intercom system with central alarm; ESS operating software; emergency, battery backup power system; integrated proximity card printer and badge camera. The Contractor will be responsible for all mainteniance and repairs to the ESS, on an annual basis.� The Gov�t anticipates that the resulting contract will consist of one (1) base year, and either two (2) or (4) option years available for exercising, at the Govt�s option.� The Contractor�s responsibilities include 100% Initial and Annual (for option years) Inspections; monthly Preventive Maintenance Inspections (PMI); Operational Testing; verifying all ESS S/W is up to date and fully functional � on the Server and on Users� Workstations; all ESS Maintenance support; Emergency Repair services; all maintenance, repairs, and cleaning of numerous CCTV cameras positioned both within and outside of BLDG 68. Accessing the various, and remotely located CCTV cameras will require the servicing technician(s) to utilize contractor provided ladders and powered lifting equipment. The Contractor will be required to meet specific standards regarding availability and response times as follows : Provide emergency repair services seven days a week, 24 hours a day, 365 days a year, on an as needed basis; Respond to emergency calls within 30 minutes with a confirming phone call, and providing the necessary service technician(s) on site within four (4) hours of the notifying phone call; Respond to routine technical support within 24 hours after an incident being reported by the Gov�t;� ESS OPERATORS� TRAINING:� The Contractor shall also conduct, on an as needed basis at the Govt�s option, User and System Administrator Training (for 9-12 staff members), at 4-5 Days (8 hours per day) per training session.���� TECHNICIANS� SECURITY REQUIREMENTS:� As well as being capable of inspecting, servicing, diagnosing, and repairing the ESS, the Contractor�s servicing technicians will have to comply with, and maintain specific security standards and complete training requirements. �Each servicing technicians will have to �possess and maintain a (minimum) Secret Security clearance; acquire and maintain DoD�s Common Access Card (CAC);� must take, complete, and pass any associated testing for the following required training courses: Level I Operational Security (OPSEC) Awareness training; Antiterrorism (AT) Level I Training; iWATCH Training; Information Assurance (IA)/Information Technology (IT) Training � �ADMINISTRATIVE REQUIREMENTS� - QUALITY CONTROL, REPORTS, , SCHEDULING, TECHNICAL ASISTANCE & NOTIFICATIONS:� The contractor will also be responsible for the following: � Quality Control:� Contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure effective maintenance services are performed; a copy of the QCP will be filed, for review and approval by the Contracting Officer.� Required Reports:� File an Initial, and thereafter, Annual Inspection Report, detailing the results of the inspection and an estimate of any maintenance or repairs needed;� a monthly Preventive Maintneance Inspection (PMI) Report detailing the results of the PMIs; Maintneance Reports detailing the results of the maintenance provided during service calls. Maintain ESS Software:� The Contractor shall maintain all ESS S/W, including scheduling for, and performing software upgrades and/or installation services. Technical Assistance:� To assist the Customer�s Users, the Contractor shall provide technical assistance and information required for (1) the Customer to obtain and maintain their Authority to Operate (ATO) the ESS on the LAN; (2) the Customer to complete and/or maintain both Risk Management Framework (RMF) and Certificate of Networthiness (CoN); (3) assist the Customer on configuration inquiries and modifications for both server and workstations, to include application migrations for both Hardware Lifecycle, and Operating System (OS) upgrades. �Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/de6847c8ac2348f1bb07faf6d744b4b2/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN05656776-F 20200515/200513230159 (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 |