Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOLICITATION NOTICE

N -- NIFC PACS SECURITY SERVICE CONTRACT

Notice Date
6/4/2024 11:16:40 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NATIONAL INTERAGENCY FIRE CENTER BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
140L3724Q0106
 
Response Due
6/18/2024 2:00:00 PM
 
Archive Date
07/03/2024
 
Point of Contact
Boyd, Casey, Phone: 0000000000, Fax: 2083875414
 
E-Mail Address
cmboyd@blm.gov
(cmboyd@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NIFC CAMPUS PACS SERVICE SUPPORT Overview: The Bureau of Land Management-National Interagency Fire Center (NIFC) campus located in Boise, Idaho has a requirement for a base year plus 4 option years service contract for routine service, inspection, software/firmware updates, and preventative maintenance of the AMAG brand Physical Access Control System (PACS) and all associated components. All service, testing, and inspections shall be completed in accordance with manufacturer standards and as expanded upon in this contract. General information is provided below. Schedule: The anticipated period of performance for service shall be for the base year of July 1st, 2024 to June 30th, 2025 with four possible option years: Hours of Work: The company will perform the limited site work during business hours of 8:00 AM to 4:30 PM, Monday through Friday with exceptions for holiday and early releases. The company requested work during holidays, evenings, nights, and weekends will be considered by the government COR on a case-by-case basis. Contractor shall schedule the PM site visit a minimum of 30 days in advance with the Contracting Officer Representative (COR). NIFC Access: NIFC is a secure, controlled access federal facility. The following are requirements for entry onto the campus: a. Prior notification. Contractor personnel shall provide a listing of personnel and the time frame access will be needed for each individual. This information is required 3 days prior to arrival. b. Identification. Contractor personnel shall present an official US Government or State Government issued photo identification at the security gate. If driving, a valid driver's license is required. Contractor personnel shall comply with the Contractor Personnel Security Requirements included in the System Service Specifications document. c. Identification shall adhere to REAL ID standards upon effective date of federal requirement. d. Pass display. All the contractor personnel shall wear the NIFC furnished badge between the waist and the shoulders while on campus and shall return the badge upon expiration. e. Contractor personnel shall not enter the site more than 30 minutes prior to the start of scheduled workday and must leave the facility within 30 minutes of the scheduled workday completion. f. Work being performed on buildings with direct access to the airport ramp require government escort. g. Work/Testing being performed in specific building rooms (300-JWH Room B12 and B15) require government escort. Building Occupancy: The buildings will be occupied during the inspection and testing of the PACS, and temporary security efforts will be required from the government during building outages. Contractor shall work with COR to detail and schedule the timeline for each buildings' security outage. Submittal items required with responder's proposal: 1. Contractor qualifications: Document reflecting qualifications as a current AMAG factory authorized dealer. 2. Technician qualifications: Certificate reflecting Technicians qualifications as a current AMAG factory authorized installers access control certification in Symmetry v9.4 or higher and have successfully completed AMAG�s FICAM training course. 3. Certificate reflecting qualifications as a Certified System Engineer ICAM PACS (CSEIP) certified for FICAM compliant access control systems. 4. Hourly Rates for Repair Service. 5. Hourly rate for AMAG qualified Technician. 6. Hourly rate for AMAG qualified CSEIP Technician. All responses due by June 18, 2024 5pm. Eastern. Send questions to cmboyd@blm.gov by June 14th, 2024 5pm, Eastern. See attached supporting documents for more information and details on deliverables. Also see https://www.opm.gov/forms/pdf_fill/sf86.pdf for fill-in form for Standard Form 86, Questionnaire for National Security Positions. Pre-Bid Meeting: Refer to Contracting Officer, Casey Boyd, cmboyd@blm.gov to request pre-bid meeting. Requirement will be awarded to the Lowest Price Technically Acceptable, as a Total Small Business Set-Aside.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a250c690df1f4189bcfa8434b51ac3b7/view)
 
Place of Performance
Address: Boise, ID, USA
Country: USA
 
Record
SN07085258-F 20240606/240604230115 (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.