MODIFICATION
56 -- Integrated Commercial Intrusion Detection System II (ICIDS)
- Notice Date
- 8/21/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-18-R-0026
- Archive Date
- 9/13/2018
- Point of Contact
- Wendell G. Fulcher, Phone: 2539663501, Robert A. Phelps, Phone: 2539663489
- E-Mail Address
-
wendell.g.fulcher.civ@mail.mil, robert.a.phelps2.civ@mail.mil
(wendell.g.fulcher.civ@mail.mil, robert.a.phelps2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The following changes are made to the sources sought: Question 6 is changed from 6. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns Packing, Containerization and Local Drayage of Direct Procurement Method Personal Property Shipments. How should these risks be mitigated? To 6. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns Integrated Commercial Intrusion Detection System (ICIDS) Monitoring, Maintenance, Repair, Administration, and Survey. How should these risks be mitigated? Question 7 is changed from 7. Does your company have experience providing military interment services? If yes, provide a brief description of work experience. To 7. Does your company have experience providing ICIDS services? If yes, provide a brief description of work experience. The date of the closing for the sources sought has not changed. SOURCES SOUGHT / MARKET RESEARCH Integrated Commercial Intrusion Detection System II (ICIDS), Joint Base Lewis-McChord, Washington Solicitation No.: W911S8-18-R-0026 Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently conducting preliminary planning market research to determine commercial market practices. MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the services with relevant experience in all of the functional areas mentioned in the description of services. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. Disclaimer: This Sources Sought (SS) Notice is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly. Responses to this Sources Sought Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice. The Government reserves the right to determine how it should proceed as a result of this notice. In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Description of Services: The contractor shall provide all personnel, equipment, tools, labor, materials, supervision, other items and non-personal services necessary to monitor, maintain, repair, replace, survey and manage the current Joint Base Lewis-McChord (JBLM) Integrated Commercial Intrusion Detection System (ICIDS II and ICIDS IV) Architectural Platform system at 100% operational. To meet the 100% operational status, contractor shall provide monitoring, maintenance, repair and administrative support for hardware and software associated with Commercial Off-The-Shelf (COTS) equipment including interior and exterior sensors, Audio Recording Systems, Security VLAN connection and Closed Circuit TV (CCTV), COBRA ANPR Plate Recognition System, equipment exclusive of all Millennium Access Control Systems (not covered under this PWS), as defined in this PWS except as specified in section 3.0 as Government-furnished property. In addition, the contractor shall provide survey and cost estimates, to include labor, materials, design, and programming for new accounts, installation and removal of security system components. The period of performance for this requirement is January 31, 2019 to February 28, 2020 with the possibility of up to four (4) one-year option periods to include phase-in. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Integrated Commercial Intrusion Detection System (ICIDS II and ICIDS IV) as defined in the attached DRAFT Performance Work Statement except for those items specified as government furnished property and services. Specific requirements for each task are described below. If specific instructions or requirements are not provided, commercial standards of services and best business practices are acceptable. All comments and/or questions regarding the draft PWS and associated documents shall be submitted and received by the response date listed in this posting via e-mail to wendell.g.fulcher.civ@mail.mil. If applicable, comments should reference a specific paragraph of the PWS or associated document. All timely submissions will be reviewed and the final PWS and associated documents may contain changes as a result of input received. MARKET RESEARCH QUESTIONNAIRE Respondents shall submit a capability statement demonstrating their experience in managing [.......]. Capability statements are for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following: Company Name: Cage Code / DUNS Number: Company Point of Contact: Position: Phone: Email: Company Physical Address: NOTE: Responses will not be published outside the MICC JBLM office; however the information received will be used as a tool for the upcoming acquisition. Please submit your response no later than August 29, 2018 2:00 PM (PDT) via e-mail to Wendell Fulcher at wendell.g.fulcher.civ@mail.mil and Mr. Robert A. Phelps at robert.a.phelps2.civ@mail.mil. 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate all applicable programs. [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HubZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service-Disabled Veteran-Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran-Owned Small Business [ ] yes [ ] no - Other 2. Does your firm have relevant experience in providing the services as outlined in this notification and the Performance Work Statement? [ ] yes [ ] no 3. Is your firm currently registered in System for Award Management (SAM)? [ ] yes [ ] no 4. This requirement will be offered under NAICS Code, 561621 - Security Systems Services (except Locksmiths); the small business size standard for this NAICS code is $20.5 million. Is your firm affiliated with this NAICS Code in SAM? [ ] yes [ ] no A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. 5. If your company were selected, how many calendar days would your company need after the contract award date before completing set-up and providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 6. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns Packing, Containerization and Local Drayage of Direct Procurement Method Personal Property Shipments. How should these risks be mitigated? 7. Does your company have experience providing military interment services? If yes, provide a brief description of work experience. _______________________________________________________________ 8. Can your company handle a 2-hour notice for ICIDS services? _______________________________________________________________ 9. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). Thank you for your participation. Contracting Office Address: MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500 Place of Performance: JBLM-Main, JBLM-North, JBLM-McChord Field, JBLM Madigan Army Medical Center (MAMC) and Sub-Medical/Dental Support Facilities, Yakima Training Center (YTC) in Yakima, WA, and Camp Murray (CM) in Pierce County, WA, MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA 98433-9500 US Point of Contact(s): Wendell Fulcher, 253-966-3501 10. Please feel free to provide any additional feedback that you feel is relevant (e.g., problems or issues encountered with similar solicitations or contracts, etc.). Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Integrated Commercial Intrusion Detection System II (ICIDS), JBLM, WA. Enclosed: Attachment 01, ICIDS-MMR-PWS (1 Sep 17) (DRAFT) Attachment 02, TE1-ICIDSCCTV SOP Attachment 03, TE2 - ICIDS-Daily Alarm Event Log (example) Attachment 04, TE3 - Open Accounts Report (example) Attachment 05, TE4 - ARMS ROOM TEST LOG - MAR - 2018 Attachment 06, TE5- Contract Service Order Attachment 07, TE6-Field Report w-CSO Attachment 08, TE7-ICIDS Catastrophic Failure Report Attachment 09, TE8 - MFR-ICIDS-PIN User Policy-Oct17 Attachment 10, TE9 - LMT (example) Attachment 11, TE10-MCA-ICIDS II Material Order Attachment 12, TE11 MCA-ICIDS IV-Material Order Attachment 13, TE12-IDS Performance Verification Test (PVT) Attachment 14, TE13-CCTV Acceptance (PVT) Master Attachment 15, TE14-QUALITY CONTROL CHECK SHEET Attachment 16, TE15-ICIDS&CCTV Addition-Removal Request Attachment 17, TE16 -Activation Checklist Attachment 18, TE17 -Deactivation Attachment 19, TE18 -ICIDS Account Map Attachment 20, TE19 - New Account Activation Request Attachment 21, TE20 - JBLM Master Worksheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4f0b3dcaabd53b46ab977106234683a)
- Place of Performance
- Address: JBLM-Main, JBLM-North, JBLM-McChord Field, JBLM Madigan Army Medical Center (MAMC) and Sub-Medical/Dental Support Facilities, Yakima Training Center (YTC) in Yakima, WA, and Camp Murray (CM) in Pierce County, WA, MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box, 339500 Fort Lewis WA 98433-9500 US, JBLM, Washington, 98433-9500, United States
- Zip Code: 98433-9500
- Zip Code: 98433-9500
- Record
- SN05047536-W 20180823/180821231049-a4f0b3dcaabd53b46ab977106234683a (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 |