Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2023 SAM #7968
SOURCES SOUGHT

J -- Lenel Systems Support

Notice Date
9/19/2023 9:47:20 AM
 
Notice Type
Sources Sought
 
NAICS
517810 —
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N00178-23-R-4217
 
Response Due
10/3/2023 12:00:00 PM
 
Archive Date
11/03/2023
 
Point of Contact
Laurie Hill, Phone: 540-604-4130
 
E-Mail Address
laurie.e.hill.civ@us.navy.mil
(laurie.e.hill.civ@us.navy.mil)
 
Description
NAVAL SURFACE WARFARE CENTER DAHLGREN DIVISION Sources Sought and Advance Notice For Lenel Systems Support N00178-23-R-4217 The following is being provided to request for capability statements to determine if the requirement will be set-aside to small businesses and is being provided to enhance competition and allow industry adequate time to develop acquisition strategies Background � The Naval Surface Warfare Center Dahlgren Division (NSWCDD) in Dahlgren, Virginia is seeking preventive, corrective, and emergency support, upgrades, and new installation services, as well as system drawings, by a Value Added Retailer for LENEL Systems on a Class A Electronic Security System (ESS) for the Naval Surface Warfare Center, Dahlgren Site (NSWCDL) and identified tenant commands.� Follow-on � This is a follow from WITS3 (GS11T08BJD6001) Attachments � A draft Statement of Work (SOW) and draft Labor Category Qualifications Contract Type � The Government contemplates award of an Indefinite-Delivery-Indefinite-Quantity contract consisting of Firm Fixed Price and Cost-Plus-Fixed-Fee Task Orders. Period of Performance � The resultant order will have a Base Period of twelve (12) months and four (4) Option Years, each consisting of twelve months, for a total of 60 months, if all options are exercised. NAICS: The anticipated NAICS for this requirement is 517810. Geographical Zone � Opportunity open to all geographical zones. Set-Aside � The Government has not made a set-aside determination.� A set-aside determination will be made after the Request for Capability Statements have been received and adjudicated. Mandatory Requirements � The Offeror must meet the mandatory requirement and the mandatory requirement must be maintained throughout the life of the contract. The mandatory requirements are as follows:� Requirement 1:� Facility Security Clearance:�The Contractor is required to have a Facility Clearance of SECRET as verified in the National Industrial Security System (NISS).� No classified safeguarding is required at the contractor facility.� Requirement 2: Personnel Security Clearance:�All individuals performing support under this task order are required to have, as a minimum, a SECRET security clearance. Interim clearances are acceptable.� Requirement 3: Facility Location:��The Contractor must have a facility within a sixty (60) mile radius of the Naval Surface Warfare Center in Dahlgren, Virginia.� Requirement 4: Lenel VAR:�The Contractor must be a current and active Lenel Government Value Added Reseller (VAR)� Requirement 5: Certifications:��The Contractor and subsequent employees shall maintain all necessary certifications to install, modify and operate the Electronic Security System (ESS) to include Lenel OnGuard Enterprise level certifications.�� OCI � An Organizational Conflict of Interest Clause (OCI) as defined by FAR 9.505 will be included in the resultant Request for Proposal (RFP) and task order. Offerors must certify to OCI or provide an acceptable mitigation plan. Industry Day � The Government does not intend to hold an Industry Day. Milestones � It is anticipated that the Solicitation will be available on SAM.gov around October 2023 and will be open for approximately thirty (30) calendar days.� Performance is anticipated to begin no later than May 2024. RFP � The RFP number is TBD. Request for Capability Statements � At this time, a determination has not been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement.� Interested Small Businesses are invited to submit capability statements. Capability statements shall not exceed 15 pages, not including resume summaries and shall include the following items: (1) Sources Sought announcement number you are applying to and a description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the Cage Code and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8(a), Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (4) A description of the Offeror's ability to meet each of the mandatory requirements; (5) Specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (6) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Sub-contracting (FEB2023)(DEVIATION 2021-O0008. (7) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier Sub-contractor, including an independent Contractor that has the same Small Business program status as that which qualified the Prime Contractor for the award and that is considered small for the NAICS code the Prime Contractor assigned to the Sub-contract the Sub-contractor will perform.� If �similarly situated entity� Sub-contracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� Sub-contracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Sub-contracting (FEB 2023) (DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to Sub-contractors that are not similarly situated entities.� Any work that a similarly situated entity further Sub-contracts will count toward the 50 percent Sub-contract amount that cannot be exceeded. (8) Provide an answer to the following Question: Is the Contractor cleared at the TOP SECRET level for information processing and storage at their facility? No telephone responses will be accepted. Responses must be received no later than 3:00 PM EST on 3 October 2023 via e-mail to laurie.e.hill.civ@us.navy.mil and Sheila.h.ballard.civ@us.navy.mil.� Responses should reference �Lenel Systems Support� Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/637b2d76d2b2487f820517433fdd8fde/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN06837711-F 20230921/230919230058 (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.