SOURCES SOUGHT
49 -- Integrated Logistics Division (ILD) Support Services - RDE & Large Scale NII Equipment
- Notice Date
- 6/14/2022 1:23:22 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- INFORMATION TECHNOLOGY CTR DIV WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B21A0001
- Response Due
- 7/15/2022 1:30:00 PM
- Point of Contact
- Monica Y. Watts, Phone: 5713637066
- E-Mail Address
-
monica.y.watts@cbp.dhs.gov
(monica.y.watts@cbp.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- June 14, 2022 Dear Interested Parties, Thank you for your consideration of the Department of Homeland Security (DHS), U.S. Customs and Border Protection�s (CBP) anticipated procurement titled Integrated Logistics Division (ILD) Support Services - RDE & Large Scale NII Equipment. The purpose of these single award Blanket Purchase Agreements are two (2) program areas that will comprise of the following scope of work. They are as follows: Sustainment of RDE The scope is to provide supplies, parts, and services required to sustain required CBP RDE, associated ancillary and all additional software used in operational support of CBP RDE.� IT products, services, equipment, and commercial-off-the-shelf (COTS) software will be purchased in support of this procurement.� This requirement will provide required systems administration and maintenance services and support for CBP LS RDE (i.e., Fixed and Mobile Radiation Portal Monitors (RPMs), and associated Ancillary equipment and all related peripherals). Sustainment of LS NII The scope is to provide Maintenance and Technology Support Services for CBP fielded LS NII Equipment, Gamma Imaging/X-ray Equipment within the Continental U.S. (CONUS) and outside of the Continental U.S. (OCONUS).� IT products, services, equipment, and commercial-off-the-shelf (COTS) software will be purchased.� This requirement will ensure CBP�s ability to provide required systems administration and maintenance services for CBP LS NII Equipment (i.e., Fixed and Mobile LS NII systems and associated Ancillary equipment). These support services are to obtain maintenance and technology support services for the Office of Information and Technology (OIT) Integrated Logistics Division (ILD). The draft Statement of Objectives (SOO)� and Performance Work Statements (PWS) describe the work to be performed, specific timeframes, and required deliverables under a Time and Materials (T&M), Labor Hour (LH) or Firm Fixed Price (FFP) contract vehicle. Please see the attached DRAFT SOO for additional information. Task Orders are anticipated to be, immediately, awarded upon the award of the BPAs. The objective of this letter is to provide the Government�s preliminary notions to use the General Services Administration (GSA) Multiple Award Schedule (MAS) 54151S Small Business (SB) contract vehicle using a best value selection decision. GSA MAS 54151S SB consists of any and all components of an integrated IT solution, to include Cognitive computing; Conversion and implementation support; Database planning and design; Internet of Things (IoT); IT project management; Migration services (of all kinds); Network services; Programming; Resources and facilities management; Systems analysis, design, and implementation; and other services relevant to 29 CFR 541.400. For additional information, please utilize the GSA Website. The Government anticipates inviting GSA MAS 54151S SB Holders ONLY to bid on this Request for Proposal (RFP). The Government does not expect to address inquiries prior to the release of the anticipated solicitation. GSA MAS SB Holders ONLY will have any opportunity to ask questions during the question and answer (Q&A) period after the release of the RFP. A single award BPA for RDE and a single award BPA for LS NII is contemplated as a result of this procurement.� One Offeror will be selected for award, for each requirement, on the basis of best value to the Government.� However, the Government reserves the right to make no award at all. Subsequent Task Orders will be awarded upon the award of the BPAs. CBP anticipates that these services will adequately support the projected scope of the requirement. The Government estimates that the magnitude of the requirement is roughly between $350 and 450 million.�� This acquisition contemplates a two-phased procurement using a competitive down-selection technique between phases. In this technique, two or more Offeror�s will be selected for/from Phase I. It is expected that one Offeror for Phase II will be selected for award after an advisory down-selection. The competition for Phase II will be based on the results of Phase I, and the award criteria for Phase II will include successful completion of Phase I requirements. Phase I of the RFP will be issued to eligible GSA MAS 54151S SB contract holders ONLY. The RFP will invite interested GSA MAS 54151S SB contract holders to participate in the first Phase. Through Phase I, the Government intends to understand the Offeror�s relevant and specific experience in providing and sustaining Radiation Detection Equipment and Non-Intrusive Inspection Equipment over the course of the most recent 2 years and the CMMI and IS 9001 certifications. Phase I of the Request for Proposal (RFP) will identify the information that must be submitted and the criteria that will be used in conducting the initial Phase I evaluation and in making a determination of those submissions that are most likely to submit the highest value technical solutions in response to the Phase II RFP. CBP will evaluate all Phase I RFP responses in accordance with the criteria stated and shall advise each respondent in writing either that it appears to be a viable competitor and is encouraged to participate in the acquisition through the release of Phase II RFP or, based on the information submitted, that it is unlikely to be a viable competitor. The agency shall advise respondents considered not to be viable competitors of the general basis for that opinion. No ratings will be disclosed and no debriefings of respondents will otherwise be provided at the conclusion of the Phase I evaluation. The intent of this down-select technique is to minimize proposal development costs for those Offerors with little or no chance of receiving an award. Under Phase II of the competition, any eligible GSA Alliant SB Offeror who participates in Phase I may respond to Phase II of the RFP. The RFP will be issued to all eligible Phase II Offerors who have participated in Phase I. Phase II Proposals will be evaluated in accordance with the evaluation criteria and the Government may make an award without discussions.� �In an effort to facilitate the acquisition process, attached for your review is the draft version of the RDE and LS NII Statement of Objectives (SOO). The Government intends to pursue a streamlined acquisition approach for this requirement with a condensed solicitation timeframe. Therefore, the intent of releasing the draft SOOs are to provide requirements information early in the acquisition process. This is not a request for quote or an invitation to bid, nor is it to be construed as a firm commitment by the Government to issue a formal solicitation or ultimately award a contract. �This notice does not constitute an �opt-out� response to this acquisition.� Not responding to this request does not preclude a contractor from receiving a subsequent solicitation, when one is issued.� Information received will be used for internal CBP use only.� Responses to this request are voluntary and the Government will not pay or reimburse any individuals or companies that respond to this request.�� Any costs incurred by interested companies are solely the responsibility of the contractor.� The information provided by CBP in this statement and its attachment is subject to change and is not binding on the Government. Thank you for your continued interest and support in supporting CBP�s mission. Attachments: Draft ILD Statement of Objectives (SOO) for RDE and LS NII Draft ILD PWS for Task Order #1 for RDE and LS NII
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/35be5149f2cc4824a75d6c8a26162c85/view)
- Place of Performance
- Address: Lorton, VA 22079, USA
- Zip Code: 22079
- Country: USA
- Zip Code: 22079
- Record
- SN06358285-F 20220616/220614230118 (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 |