SOLICITATION NOTICE
56 -- ICIDS II and ICIDS IV Systems
- Notice Date
- 9/28/2018
- Notice Type
- Presolicitation
- 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, Joint Base Lewis-McChord, Washington, 98433-9500, United States
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-19-R-0002
- 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
- INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM II AND IV (ICIDS II and ICIDS IV) W911S8-19-R-0002 MISSION AND INSTALLATION CONTRACTING COMMAND JOINT BASE LEWIS-MCCHORD, WASHINGTON 1. The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington intends to solicit proposals for contractor support for monitoring and maintenance services for the Integrated Commercial Intrusion Detection System II and IV (ICDS II and ICIDS IV) at JBLM and Yakima Training Center (YTC). The certified ICIDS II, Monitor Dynamics (MD), SafeNet 6.2 and ICIDS IV, DAQ STARWATCH Joint Base Lewis - McChord (JBLM) contractor shall provide all personnel, equipment, tools, labor, materials, supervision, and other items and non-personal services necessary to monitor, maintain, repair, replace, survey, and manage the systems at a 100% operational level. This includes administrative support for hardware and software associated with Commercial Off-The-Shelf (COTS) equipment including interior and exterior sensors, audio recording systems, Security VLAN connected and closed circuit television (CCTV), COBRA ANPR Plate Recognition System, MDI badging equipment, MDI Guard Tour, MD Bio metric and MD SafeNet Front End equipment exclusive of all Millennium Access Control Systems. In addition, the contractor shall provide survey and cost estimates, to include labor, materials, design, and programming for new accounts and installation and removal of security system components. 2. The contractor shall provide all necessary personnel, services, and equipment required for monitoring, maintaining, repairing, administering, surveying, and installation of all JBLM ESS exclusive of all Millennium Access Control Systems (not covered under this PWS) residing on the ICIDS VLAN architecture. The contractor shall administer, monitor, repair, and maintain the entire ICIDS architecture to include Badging/Guard Tour/Bio-metric & Audio systems in a fully operational state. Contractor shall provide all necessary manpower and material required to perform replacement of sensors, connections, system wiring, control units, and conduit that are an integral part of the DAQ STARWATCH (ICIDS IV) and MD SAFENET (ICIDS II) systems with 3D Graphic map (100+ lines/800+ accounts) at JBLM, which includes scheduled maintenance, adjustments, conduct tests, trouble shoot, repair or other scheduled or non-scheduled work. Contractor is responsible for ensuring the ICIDS primary and secondary redundant (backup) monitoring work stations are maintained operational throughout the base and awarded option years. Contractor shall not add or remove any accounts to include material, power, or communication path, regardless of contract execution office, (i.e., Military Construction Army (MCA), Unspecified Minor Military Construction Army (UMMCA) other directorates, agencies, or departments without prior approval in writing from the COR. Personnel performing services under this contract shall not be used to support, troubleshooting, testing, installation, repair or programming for Military Construction Army (MCA) or Unspecified Minor Military Construction Army (UMMCA) work. Exception may be permitted and shall be authorized by the COR in advance. Regardless of contracting or project execution agency, NO account or device is to be added or removed without submission and acceptance by the Contract Officer's Representative (COR). Those submissions approved for addition or removal shall be updated in the software, hard copy file, and approved via COR signature authority on the appropriate TE. 3. The offeror shall submit proof of the following at the time of proposal submission: - Monitor Dynamics (MD) ICIDS-II Certification - DAQ ICIDS IV Certification - UL 2050 Certification - Honeywell Partner with Honeywell CCTV Certification - Facility Top-Secret Clearance by the first date of performance. An interim Facility Top-Secret clearance is acceptable at time of proposal submission. 4. A complete Performance Work Statement (PWS) will be included in the solicitation. The Request for Proposals (RFP) number is W911S8-19-R-0002. 5. The applicable North American Industry Classification System (NAICS) code for this requirement is 561621, Security Systems Services (except Locksmiths), and the size standard is $20,500,000.00. This requirement will be competed unrestricted. 6. The anticipated contract performance period will be for a phase-in period, 1-year base period, and four 1-year option periods. The anticipated periods of performance are as follows: - Phase-In 1 February 2019 - 28 February 2019 - Base 1 March 2019 - 28 February 2020 - 1st Option 1 March 2020 - 28 February 2021 - 2nd Option 1 March 2021 - 28 February 2022 - 3rd Option 1 March 2022 - 28 February 2023 - 4th Option 1 March 2023 - 29 February 2024 - 6 month extension per FAR 52-217-8 7. Telephonic requests for the solicitation will not be honored. When issued, the solicitation will be available via the FedBizOpps website, http://www.fbo.gov. The tentative solicitation issue date is 30 October 2018 and the anticipated closing date is 30 November 2018. Interested offerors are advised to consult the actual solicitation for final dates and times. 8. Firms offering a response to this notice should ensure that they are registered in the System for Award Management (SAM) database (https://www.sam.gov), and ensure that the applicable NAICS code 561621 is included in the SAM profile prior to submission of proposals. 9. Prospective offerors are urged to submit any questions they may have, in advance and in writing, by email, to the Contract Specialist, Wendell Fulcher, wendell.g.fulcher.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fe9b720b33cc5e1bc89585b0395f73a4)
- Place of Performance
- Address: Mission and Installation Contracting Command, Building 2015, Room 201, Box 339500, JBLM, Washington, 98433-9500, United States
- Zip Code: 98433-9500
- Zip Code: 98433-9500
- Record
- SN05109845-W 20180930/180928230656-fe9b720b33cc5e1bc89585b0395f73a4 (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 |