Inactive
Notice ID:140P2119R0027
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIF...
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Washington Contracting Office (WCO) seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the project below. The Government anticipates a competitive method of solicitation. Solicitation No.: 140P2119R0027 Project Name: Rehabilitate Security Systems at the National Parks of Boston Location: National Parks of Boston Including: Boston National Historical Park (BOST), Boston African American National Historic Site (BOAF), and Boston Harbor Islands National Recreation Area (BOHA), Boston, Massachusetts Estimated Magnitude: Between $500,000 and $1,000,000 Estimated Period of Performance: September 2019 through August 2020 Project Description The National Park Service (NPS) has a requirement to upgrade security systems for eight (8) park structures, including intrusion detection systems, close circuit television systems and new card swipe readers and supporting electrical service. This project scope will include but is not limited to: • Installation of a new integrated point monitoring and access control system conforming to FIPS-201 and HSPD-12, including on elevator control and related door upgrades • Replacement and reprogramming of the existing central station receiver with a new receiver • Installation of wires in conduit, including related building alterations, to conceal from view and run within walls and ceilings • Upgrade of existing analog CCTV system to an IP based, fully digital system that integrates with the point monitoring and access control system • Expansion of the existing Pelco video management system to install new IP cameras and replace existing DVRs with Pelco NVRs • Installation of an integrated badging system with credential printer • Provision and installation of new motion detectors, door contacts, card readers, electronic door hardware, request to exist devices, and other components The NAICS Code for this requirement is 238210 Commercial and Institutional Building Construction with a corresponding size standard of $15.0 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov at time of submission in response to this notice. If submitting as a joint venture, the joint venture also must be registered in SAM at time of submission. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • 8(a): In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • HUBZone: In accordance with FAR clause 52.219-3, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. • Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. • Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 15% of the cost of the contract incurred for personnel with its own employees. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the ability to perform within the Limitation on Subcontracting requirements listed above. Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided for your company and any major proposed subcontractor. Include your firm's name, DUNS number, CAGE Code, verification of bonding levels and identification/certification of business size and socioeconomic group in submissions responding to this notice. Required Capabilities & Evaluation Criteria: 1. Demonstrated experience installing and/or maintaining integrated security and access control systems for construction projects of similar scope, size and nature. 2. Demonstrated ability to provide a Security Management System (SMS) that is equal to the Software House C-Cure 9000 System and complies with FIPS 201 and HSPD-12 for true ID. 3. Project management experience including client reporting, CPM scheduling, and implementation and maintenance of a Quality Control Program. Responses shall be submitted by email only to the following email address: Paula_Johnson@nps.gov Responses are due on TUESDAY, MAY 21, 2019 by 1200 MT. The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS does not intend to pay for any information provided under this notice.