Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SPECIAL NOTICE

J -- Integrated Security System Maintenance and Tech Support - REQUEST FOR INFORMATION

Notice Date
8/10/2022 3:36:09 PM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA9401 377 MSG PK KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Response Due
8/26/2022 4:00:00 PM
 
Point of Contact
Stacey Lee, Leann Lopez
 
E-Mail Address
stacey.lee.2@us.af.mil, leann.lopez@us.af.mil
(stacey.lee.2@us.af.mil, leann.lopez@us.af.mil)
 
Description
THIS IS A REQUEST FOR INFORMAITON (RFI). NO SOLICITATION IS AVAILABLE AT THIS TIME. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB). This notice is not to be construed as a commitment, implied or otherwise by the Government, to issue a solicitation or ultimately award a contract. The purpose of this RFI is solely for information and planning purposes for the effort described herein pursuant to FAR Part 10, Market Research. Information received as a result of this notice will be considered market research and used for planning purposes only. Any information submitted by respondents to this RFI is strictly voluntary. Any costs incurred as a result of this announcement shall be borne by the responder and will not be charged to the Government for reimbursement. Respondents should not construe this notice as a commitment by the Air Force for any purpose, and should refrain from providing proprietary information in the response. 1. Overview/Purpose: DoD seeks information on approaches to the Integrated Security System Maintenance requirement.� This RFI is seeking information regarding all methods and approaches, and feasibility, to best develop the requirement. 2. Scope of Effort: The scope of this effort is to fulfill a requirement to maintain, troubleshoot, and inventory control the base-wide networked security system and its integrated security command and control station. There are currently 198 cameras, 22 radars, 10 servers, 1 drone, and 15 viewing stations across the base that are associated with this system; in accordance with the Attachment 1 - Draft Performance Work Statement (PWS). 3. Requested Information: In your opinion, does the work described in the PWS require integration-type services? Please explain why or why not. For the type of work described in the PWS, what certifications and qualifications would be considered industry standard? Would you consider the qualifications listed in section 3 of the PWS to be industry standard? Why or why not? Are the qualifications listed in Section 3 necessary for performance of the work described in the PWS? To help the Government understand and plan for the costs associated with this requirement, the Government would like an estimate for the approximate total annual price for these services as written in the current PWS. This shall not be construed as a binding request for quote.�� What types of information would your business require from the Government in order to provide accurate pricing for the services in this PWS? Is your company capable of providing the unscheduled maintenance and troubleshooting services in section 2.3 of the PWS within the timeframes specified? The Government anticipates that the number of components included in this security system will increase over the life of the contract. The Government is considering the establishing FFP CLINs for a set number of hours that can be adjusted via contract modification if the number of hours necessary to perform the work increases. The Government is seeking vendor feedback on this approach. At this time, vendors may also submit questions and feedback for the Government regarding this requirement. RESPONSE GUIDELINES: Responses to this RFI shouldn not exceed 5 pages, using Times New Roman 12 Font. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� Responses must specifically address the requested information in Section 3.� Oral communications are not permissible.� Beta.sam.gov will be the sole repository for all information related to this RFI. Responses must be received no later than 24 August 2022 at 5:00pm Mountain Daylight Time (MDT), and addressed to the Contracting Specialist, Stacey Lee, at stacey.lee.2@us.af.mil and the Contracting Officer, Leann Lopez, at leann.lopez@us.af.mil.� �QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to Stacey Lee, at stacey.lee.2@us.af.mil .� Verbal questions will NOT be accepted.� Answers to questions will be posted to sam.gov.� The Government does not guarantee that questions received after the close of this posting will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/235353668f1447abbd1d1d710d8e3be4/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN06420776-F 20220812/220810230114 (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.