SOURCES SOUGHT
99 -- Video Security System Installation & Maintenance
- Notice Date
- 4/11/2024 10:00:23 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-24-R-SECU
- Response Due
- 5/6/2024 10:00:00 AM
- Archive Date
- 07/31/2024
- Point of Contact
- LaTasha Cardwell, Phone: 2104662204, Stephen Fuller, Phone: 2104662139
- E-Mail Address
-
latasha.s.cardwell2.civ@army.mil, stephen.b.fuller4.civ@army.mil
(latasha.s.cardwell2.civ@army.mil, stephen.b.fuller4.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to award a nonpersonal�services contract to install, upgrade and maintain a Video Security Surveillance�System within two (2) student company (Stu-Co) barracks located at the Army Public Affairs�Center-Student Company Barracks, buildings 8606 and 8609, 6th Armored Cavalry Road, Ft.�Meade, MD, 20755. The� Mission and Installation Contracting Command - Fort Sam Houston�(MICC-FSH) is requesting information from industry regarding �brand name or equal to��OnGuard 32ESI Server System and Client Software License (See PWS). The government�desires to procure services on a small business set-aside basis, provided that two (2) or more�qualified small businesses. Be advised that the U.S. Government will not be able to set aside�this requirement if two (2) or more small businesses do not respond with information to�support the set-aside. We encourage all small businesses, in all socioeconomic categories�(including, 8(a) Business Development Program, Small Disadvantage Business, Historically�Underutilized Business Zone, Service-Disabled Veteran-Owned,� Women-Owned Small�Business concerns), to identify their capabilities in meeting the requirement at a fair market�price. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request�for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does�not commit the U.S. Government to contract for any supply or service.� Furthermore, the U.S.�Government is not seeking quotes, bids, or proposals at this time and will not accept�unsolicited proposals in response to this SSN. The U.S. Government will not pay for any�information or administrative costs incurred in response to this notice. Submittals will not be�returned to the responder. A determination not to compete this requirement, based upon�responses to this notice, is solely at the discretion of the Government. However, if a�competitive solicitation is released, it will be synopsized on the Government-Wide Point of entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE�for� additional information pertaining to this requirement.� The anticipated North American Industry Classification System (NAICS) code is 561621�� Security Systems Services (except� Locksmiths) The size standard for this NAICS code is�$25M. If a different NAICS code would be better suited, please state in your� response what�NAICS is better suited for this requirement and why.� This is a new requirement. Attached is the draft Performance Work Statement (PWS).� RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF�CAPABILITIES: Interested Offerors having the required� specialized capabilities /�qualifications to support some or all of the work described in the draft PWS are asked to answer�the� following questions and submit a capability statement. Capability statements shall contain�the following information. In response to� this SSN, vendor responses are limited to ten (10)�written pages (PDF or MS Word Format) and should include: 1. Identify any condition or action that may be having the effect of unnecessarily restricting�competition with respect to this acquisition and identify alternatives or solution solutions. Also�contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott�Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement,�and the MICC POC information� from the SSN. Provide the specific aspects that unreasonably�restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE�code, identify business size (large business or a small business) and if applicable, a statement�regarding small business status including small business type(s)/certifications(s) (e.g., SDB, 8(a),�HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 3. What percentage of work will be performed by the small business prime contractor and all�similarly situated entity� subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on�Subcontracting (Oct 2022) (DEVIATION 2021-O0008).� ""Similarly situated entity"" means a first-tier subcontractor, 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�subcontract the subcontractor will perform. An example of a similarly situated entity is a firsttier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.� In addition, the Contractor agrees in performance of a contract for services, it will not pay more�than 50 percent of the amount paid� by the Government for contract performance to�subcontractors that are not similarly situated entities.� 4. Please provide information in sufficient detail regarding any relevant previous experience�(indicate whether as a prime contractor� or subcontractor) on similar requirements (include size,�scope, complexity, timeframe, government or commercial), pertinent� certifications, etc., that will�facilitate making a capability determination.� 5. Information to help determine if the requirement (item or service) is commercially available,�including pricing information, basis� for the pricing information (e.g., market pricing and catalog�pricing), delivery schedules, customary terms and conditions,� warranties, etc.� 6. Identify how the Army can best structure these contract requirements to facilitate competition,�including competition among small� business concerns.� 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to�acquiring the identified items/services.� 8. Upon receipt of responses, the Government will request from our Customer an assessment�regarding each firm�s potential to� fulfil our requirements as depicted in the draft PWS.� 9. Questions for this source sought shall be submitted on or before 5:00 P.M. CST on 22 April�2024. Government Response will be provided within three (3) to five (5) business days after�receipt of all questions.� 10. Responses to this sources sought notice shall be submitted on or before 12:00 P.M. CST on 6 May 2024 via email to LaTasha Cardwell, Contract Specialist at�latasha.s.cardwell2.civ@army.mil and Stephen Fuller, Contracting Officer at stephen.b.fuller4.civ@army.mil.�The Government will not return any information submitted in response to this notice.�All questions� MUST be in writing. In all responses, please reference ""W9124J-24 RSECU"" in the subject line. Verbal questions will not be accepted. Respondents will not be�notified of the results of the evaluation. No telephonic responses will be accepted.�Primary Point of Contact: Secondary Point of Contact:�LaTasha Cardwell, Contract Specialist (email provide above) and Stephen Fuller, Contracting Officer (email provided above).�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e4e3d912c4744581b74e126a929c4eee/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN07028355-F 20240413/240411230050 (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 |