Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOLICITATION NOTICE

70 -- Intent to Award Sole Source for RapidGate RCx Program

Notice Date
11/17/2017
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
PANMCC-17-P-0000-072700
 
Archive Date
12/12/2017
 
Point of Contact
Karyn Williams, Phone: 9155688720, Flor Sanchez, Phone: 9155686003
 
E-Mail Address
karyn.m.williams2.civ@mail.mil, flor.f.sanchez.civ@mail.mil
(karyn.m.williams2.civ@mail.mil, flor.f.sanchez.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice of Intent to Award Sole Source The Mission and Installation Contracting Command (MICC) - Ft Bliss intends to award on a sole source basis a contract to SureID, Inc. for the RAPID-RCx program required to enhance security at thirteen access control points at Fort Bliss, TX. THIS IS NOT A REQUEST FOR COMPETITIVE OFFERS and a solicitation will not be issued. Any response to this notice must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. If no affirmative written response is received, the award will be made without further notice. Oral communications are not acceptable in response to this notice. RESPONSES ARE DUE NOT LATER THAN 27 November 2017 by 04:00 PM mountain time at MICC - Fort Bliss, to Karyn Williams at karyn.m.williams2.civ@mail.mil. Responses shall include the following:This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Rapid-RCx Program subscription on an 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 contract is to SureID, Inc. for the Rapid-RCx Program subscription. The statutory authority for the sole source procurement is Title 40 U.S.C 501, Services for Executive Agencies, as implemented by FAR 8.405-6. The Rapid-RCx is a control access identification authentication program that runs cross checks of all credentials against local installation bar letters/no-entry/no-work list and is an open source to law enforcement and criminal justice databases. 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 518210 Data Processing, Hosting, and Related Services and the size standard is $32.5 million dollars.. 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 solution 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, 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. 1. Company name and address. 2. A statement of interest that meets all the requirements listed above. 3. A synopsis of the contractor's capabilities. 4. CAGE Code and/or DUNS number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb60790ee204049a36d9835125f375ca)
 
Place of Performance
Address: Fort Bliss, TX, Fort Bliss, Texas, United States
 
Record
SN04743548-W 20171119/171117230738-cb60790ee204049a36d9835125f375ca (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.