Electronic Security Systems (ESS) Maintenance
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Electronic Security Systems (ESS) Maintenance on a SOLE SOURCE basis, but is seeking vendors that ma... THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Electronic Security Systems (ESS) Maintenance on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price (FFP) requirements type contract to Evergreen Fire Alarms, LLC (doing business as: Evergreen Fire and Security) is for the maintenance, adjustments, installations, surveying, removal, repair, replacement services, projects (routine and special), system administration, and Cyber Security Information Assurance (IA) for each Electronic Security System (ESS) at Fort Hood, Texas. Monitor Dynamics (MD) is the manufacturer of the ESS on Fort Hood, and it will only provide certified service providers with manufacturer warranties and technical engineering support. The Electronic Security Systems covered under the scope of the contract are the Intrusion Detection System (IDS), Closed Circuit Television (CCTV), Electronic Entry Control System (EECS), and the Directorate of Emergency Services (DES) Secure Law Enforcement Network (SLEN). The SLEN is also a large scaled system equal in size to the CCTV system; however, it has the potential of being downsized or decommissioned during the performance of the contract. The Fort Hood IDS System is the Integrated Commercial Intrusion Detection System (ICIDS-II). There are two separate ICIDS II systems; one for the protection of over 600 plus zones protecting Headquarters buildings, firearm warehouses, document storage buildings, ammunition bunkers, in addition to other type zones. The other ICIDS II system is dedicated to the protection of 20 plus Sensitive compartmented Information Facilities (SCIF). The EECS services 8 facilities and also resides on the larger ICIDS II system utilizing the SAFEnet access control application. The CCTV system has 420 plus cameras across the installation at various installation access control points and mission essential vulnerable areas. The CCTV system currently resides on the SLEN and supported with 40 plus digital video recorders. Per Army Regulation 190-11 and MD's requirement that service providers operating on its equipment be MD certified, the Contractor performing the required services shall be a MD Certified ICIDS II Service Provider. All Contractor personnel maintaining, servicing, installing, repairing hardware and software of the IDS or EECS shall be certified as an MD trained technician or system administrator depending on services provided for the ICIDS II system. The Contractor shall ensure each ESS remains in a maximum operational status and ensure applicable Cyber Security IA measures are applied according to Army Regulations and Department of Defense (DoD) standards. The Department of the Army approved commercial IDS system for Fort Hood is ICIDS-II, SAFEnet version 6.2.1.6, service pack 4. There is the potential that a new service pack may be installed during the period of performance of the contract. The Contractor shall ensure the ICIDS primary and secondary servers are maintained and remain Cyber Security IA compliant, at all times. The maintenance and compliance includes all monitoring, work stations, and EECS enrollment stations associated with ICIDS II. The CCTV is a large scale networked system that is spread out across 33 locations and requires continuous monitoring and maintenance by qualified and certified Contractor personnel. The DES security systems also include Uninterruptible Power Supplies (UPS) at numerous locations. The DES Alarm Monitoring Station (AMS) for ICIDS-II is located in building 23020 on the Fort Hood Main Cantonment. The Contractor shall provide personnel possessing the skills, knowledge, and training to satisfactorily perform all services required during the performance of this contract. Contractor personnel maintaining, servicing and installing the IDS and EECS shall be trained and certified on Monitor Dynamics, Inc. SAFEnet systems. The Contractor personnel shall also possess the skills, knowledge, and training to satisfactorily perform services on each additional security system provided in this PWS. Maintenance and installation of the IDS will be in accordance with Army Regulation 190-11, Army Regulation 190-13, and Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities (IC Tech Spec-for ICD/ICS 705). All other systems maintenance and installation will be in accordance with the manufacturers specifications outlined in the Performance Work Statement (PWS). The Contractor shall have experience with a contract approximately equal in size, type and complexity to the Fort Hood systems and shall possess a working knowledge of all security systems covered under the contract. The anticipated statutory authority permitting limiting the source for this requirement is FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Performance Work Statement (PWS). 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. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. 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 within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561621 (Security Systems Services (except Locksmiths); size standard - $20.5M). The period of performance will be for one base year and three 1-year options. In response to this sources sought, please provide: 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 solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 Sources Sought Synopsis. 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, DUNS number, 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) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial); pertinent certifications (certified by Monitor Dynamics), 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, 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. Interested parties are encouraged to submit their information electronically by 10:00AM central time, 6 June 2019, to the following: Contract specialist: Mark A. Ramey; mark.a.ramey10.civ@mail.mil Contracting Officer: Drexie T. Jennings; drexie.t.jennings.civ@mail.mil The subject line for the email submission should read: "Sources Sought Submission: ESS - YOUR COMPANY".
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »