Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2018 FBO #5901
SOLICITATION NOTICE

J -- Integrated Electronic Security System

Notice Date
1/17/2018
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-18-Q-2015
 
Point of Contact
Contracting - Division 2,
 
E-Mail Address
NSWKO2@socom.mil
(NSWKO2@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION - NAVAL SPECIAL WARFARE COMMAND NSW Integrated Electronic Security System (IESS) THIS IS NOT A SOLICITATION. IT IS A SOURCE SOUGHT/REQUEST FOR INFORMATION. In accordance with Federal Acquisition Regulations paragraph 15.201 (e.), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is for information and planning purposes only. In accordance with Part 8 & 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources in providing intrusion detection, access control, and video surveillance and recording support life-cycle support in accordance with Government requirements. This Request for Information (RFI) does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their responses are proprietary and should mark them accordingly. The Government is not obligated to and will not reimburse the Contractor for any costs associated with preparing or submitting a response to this notice and submittals will not be returned to the sender. Naval Special Warfare Command (NAVSPECWARCOM) Force Programs Office is responsible for the physical security and force protection of personnel assigned to its headquarters command and subordinate activities. General physical security is enabled by Access Control Systems (ACS), Close-circuit televisions (CCTV), and Intrusion Detection Systems (IDS). Collectively, these systems form an integrated electronic security system (IESS) capability designed to detect unauthorized intrusion into secured areas and control access of personnel, buildings, and interior spaces. Naval Special Warfare (NSW) is developing an enterprise plan to standardize and connect disparate ACS, CCTV, and IDS systems across its enterprise that meet appropriate Federal, State, and Local regulations as well as Industry standards. This plan targets the standardization and integration of IESS capabilities among major East and West commands. This plan also extends IESS support to other stateside and overseas locations. In support of this effort, NSW requires contractor support to sustain continuous operations for NSW's enterprise IESS. The primary places of performance shall include, but is not limited to, the following locations: San Diego, CA; Virginia Beach, VA; Oahu, HI; Stennis, MS; and Homestead, FL. Should the Contractor be required to travel to CONUS/OCONUS locations in performance of duties, the specific place(s) of performance will be identified in each Task Order Performance Work Statement. In support of this plan, NSW requires technical services for the life-cycle support of NSW IESS systems across its enterprise to include: preventive maintenance, software/firmware updates, configuration management, unscheduled maintenance/repair, repairable equipment repair, end-of-life replacement, equipment/material inventory management, emergency maintenance, and special projects. The installed systems will be modified as needed over the period of performance of the contract in order to continue to provide a fully functional system that meets all current security and operational requirements. These systems must enable and enhance physical and electronic security measures designed to protect NSW people, information, and infrastructure. Preventative Maintenance is currently performed on a Firm-Fixed Price basis. Emergency Maintenance is performed on a Time and Material reimbursable basis. For all other services, the Government provides a Performance Work Statement for the requirements, the Vendor responds with a proposal and cost quote, and a Delivery Order is executed for the services. Delivery Orders include requirements for labor, material, and travel commensurate with the requirements. Other than preventative maintenance, all technical service requirements are submitted to a Vendor run Help Desk as Trouble Tickets by the Government. Trouble Tickets are tracked through service delivery completion. Ticket completion serves as the basis for Vendor invoice payment. The current system for providing technical services is effective; however, it can be inefficient at times. Because preventative maintenance (PM) and emergency maintenance (EM) are funded in advance, the Vendor is able to respond quickly to service demands. However, unscheduled maintenance/repair (UMR) and support for special project (SP) requirements require time and effort to effect a delivery order. For unscheduled maintenance/repair in particular, this can cause a notable delay in service delivery. The other area of concern is the unpredictability of IESS special project requirements. Historically the Government has experienced spikes in demand for these services. This requires a Vendor who has the ability to be responsive in a timely manner when those spikes occur. The Government is interested in your experience in providing life-cycle support for IESS capabilities in a large organization with multiple locations such as NSW. Please answer the questions and provide comments as appropriate. Your responses may be used as market research by NSW in future acquisitions. 1. Please identify your corporation, your corporation's cage code or DUNS number and your corporation's size relative to the NAICS code 561621. 2. Please answer the following questions based on your current and/or past experience on related Government efforts: 2.1 Were/are you responsible for purchasing the hardware, software, and associated installation items, or is the equipment furnished by the Government? Describe the pros and cons of the method used. 2.2 For each of the following type of service requirements, please describe how they were handled contractual: 2.2.1 Preventative Maintenance/Repairs. 2.2.2 Emergency Maintenance. 2.2.3 Special Projects. 3. How do you typically staff a contract like this? Do you provide certified technicians; if so, what certifications? Do you dedicate full-time personnel or do you provide support via on-call or scheduled visits? Can you provide surge support when needed? 4. Are you able to support the following locations (please note that the service demands will vary by location - while the ability to respond 24/7 to emergency needs is required, there may be insufficient requirements to justify a full-time presence at each site: a. San Diego, CA (includes NAB Coronado, CA and facilities at Campo, CA, Niland, CA and San Clemente Island, CA) b. Virginia Beach, VA (includes Joint Base Little Creek/Fort Story, VA) c. Oahu, HI (Ford Island and Pearl City Peninsula d. Stennis, MS e. Homestead, FL f. Kodiak, AK 5. Describe your general process for going from requirements (PM, EM, UMR, SP, etc.) to service delivery. 6. Do you have any experience in teaming agreements or subcontractor relations on efforts of this nature? Describe the pros and cons. 7. Are there any questions not asked that you would like to respond to? Questions regarding this announcement shall be submitted via email to NSWKO2@socom.mil. Please include the name of this announcement in the subject line of your email. Responses to this RFI shall be submitted via email to NSWKO2@socom.mil no later than 31 January 2018, 1700 EDT. Please include the name of this announcement in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-18-Q-2015/listing.html)
 
Place of Performance
Address: NSW, Coronado, California, United States
 
Record
SN04792123-W 20180119/180117231444-ed507160e505aa56b63c3bf0ea9dacf0 (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.