Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2020 SAM #6947
SPECIAL NOTICE

D -- D--EACSS Improvement Project

Notice Date
12/4/2020 12:02:43 PM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DENVER FED CENTER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140R8121Q0045
 
Archive Date
01/06/2021
 
Point of Contact
Motala, Jason
 
E-Mail Address
jmotala@usbr.gov
(jmotala@usbr.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR QUOTE. The Department of Interior / Bureau of Reclamation in Denver, CO is performing market research to help determine acquisition strategy. This source sought is for Small Business interests. The Government will use responses to this notice to make the appropriate acquisition decision. Electronic Access Control & Surveillance System (EACSS) Improvement Project 1.01 SYNOPSIS A. EACSS Improvement Project requirements shall replace and/or improve existing Electronic Access Control and Surveillance System (EACSS) comprising of Millennium (security) and Milestone (surveillance) systems allowing 24/7 monitoring and operating functions by control center operators located at Southern Idaho Control Center (SICC). The facilities are having difficulties keeping EACSS fully functional due to End of Life (EOL) components, and various EACSS designs creating inconsistency across facilities in the system�s reporting and functionalities. B. The project shall modernize and provide standardized security and surveillance systems, through a design and installation services contract, at the following eight facility compounds located in different geographic areas across the Snake River Area Office (SRAO): Palisades Dam, Minidoka Dam, Anderson Ranch Dam, Black Canyon Dam (including the SICC), Arrowrock Dam, Boise Diversion Dam, Cascade Dam and Deadwood Dam located in Idaho. C. The scope of this acquisition is to design, procure, and install an integrated EACSS to provide a complete, standardized, and useable physical security and surveillance system for all remote SICC controlled, southern Idaho, facilities as an essential element of the U.S. Department of the Interior, Bureau of Reclamation (Reclamation), Columbia-Pacific Northwest Region, Snake River Area Offices, physical security program. The EACSS will be designed and installed to reduce risks to personnel and secure assets by electronically monitoring and controlling access to facilities, providing surveillance and/or assessment capability, providing intrusion detection and centralizing alarm reporting and display functions. Contract deliverables will include, but are not limited to, preparing system and component documentation; providing personnel training; and providing as-built installation drawings. Contractor shall be certified in Lenel and Milestone. All components shall fully integrate with the Lenel and Milestone software and components included in the Government Furnished Equipment. All components shall be standardized per function across all facilities. D. Objectives: Acquire a contract with an industrial physical security firm experienced in designing and installing physical security, intrusion detection, access control, and video surveillance for power generation facilities. Have designed and installed, a standardized, integrated, EACSS for 24/7 monitored SRAO facilities. Update, by replacement of, all obsolete, non-functional, and outdated security equipment at each of the SRAO facilities. Have a system that utilizes Common Off the Shelf (COTS) components for repair, and, that are designed to last > 10 years. E. The design and installation of systems shall adhere to the applicable requirements set forth in the following below and other pertinent industry standards: o Federal and Organizational Physical Security Policies (latest) o ISC-RMP and ISC-RMP Appendix B, o DOI 444 DM Chapter 1, o CIP-006-6, o NIST SP 800-53, and o D&S SLE 03-02. o Cyber Security Physical Security Perimeter (PSP) Policies (latest). Certain spaces are identified as a cyber security PSP and evaluated per: o CIP 006-6, and o NIST SP 800-53. F. Overall completion is from contract award plus 18 months. The Contractor will be responsible for providing all necessary resources to complete all tasks. 1.02 INTERESTED CONTRACTORS AND QUESTIONNAIRE A. The intent of this notice is to identify potential offerors for the EACSS Improvement Project. Reclamation is seeking a qualified, experienced firm capable of providing the expertise, design, labor, equipment, and materials necessary to accomplish the identified scope above and as identified within the project statement of work (not included herein and must be requested). Interested offerors are invited to submit the following information: 1. Statement of interest as a prime and/or subcontractor 2. Construction bonding level, aggregate and per contract 3. Point of contact information 4. Size status and/or SBA certification program for NAICS 561621 5. Provide GSA Schedule if applicable 6. Firms capability to successfully manage complex requirements 7. Recent projects similar in size and scope 8. Answers to following Questionnaire: a. Are you a certified Lenel installer? b. Are you a certified Milestone installer? c. How many years of experience does your company have in designing and installing electronic and physical security systems? Are they for industrial and/or Government type facilities? If not, what kind of application is your experience with? d. Please explain if you see any issues with the current scope and performance period that would be detrimental to the performance of the work? e. Please explain what your company�s staffing approach would be for completing the work within the established performance window. For example, list of subcontractors, necessary number of crews, crew size, hours per week, etc. f. Please explain if you have any recommendations that would increase the likelihood of successfully completing this work within the performance period? B. This market research is for informational purposes only. This announcement does not constitute a commitment, implied or otherwise, that a procurement action will be issued, and shall not be construed as a RFP or IFB, or as an obligation on the part of the Government. No entitlement to payment will arise as a result of the submission of contractor information. C. All interested contractors who can meet the requirements stated above should respond, in writing, with information the above requested information to Contracting Specialist, Jason Motala at jmotala@usbr.gov, no later than 11:00 a.m. (Mountain Time), January 5, 2021. THIS IS NOT A REQUEST FOR QUOTE. Phone calls will not be accepted. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 , required registration in the System Award Management System (SAM) database prior to award of a contract. NO QUESTIONS WILL BE ANSWERED IN RESONSE TO THIS SOURCES SOUGHT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfe8e67777b64775a698a316fa66ea87/view)
 
Record
SN05866711-F 20201206/201204230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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