SOURCES SOUGHT
N -- TRAC Fort Gregg-Adams CAC Badging System
- Notice Date
- 6/7/2024 8:12:09 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W6QM MICC-FT LEAVENWORTH FORT LEAVENWORTH KS 66027-0000 USA
- ZIP Code
- 66027-0000
- Solicitation Number
- PANMCC-24-P-0000-012512
- Response Due
- 6/21/2024 9:00:00 AM
- Archive Date
- 07/06/2024
- Point of Contact
- Jordan Shockley, Phone: 9136841633, Brandi Thornton, Phone: 9136841618
- E-Mail Address
-
jordan.o.shockley.civ@army.mil, brandi.n.thornton.civ@army.mil
(jordan.o.shockley.civ@army.mil, brandi.n.thornton.civ@army.mil)
- Description
- INTRODUCTION The�MICC-Fort Leavenworth, KS�is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide a Access Control System with CAC Badging , for The Research and Analysis Center (TRAC) at Fort Gregg-Adams, VA. Salient Characteristics Keypad/CAC Combination Reader Control Panel with Control Board and Enclosure Door Power Supply for Electrified Lock Backup Batteries for Door Power Supply PIR Motion Detection Request-to-Exit Push-Button Request-to-Exit Door Position Switch Identiv Access Control Software License Enrollment Card Reader for Enrolling Cards Into System Pipe, Wire, Plywood, Connectors, and Other Materials for a Complete System Programming/Configuration On-Site Commissioning FIPS and FICAM Compliance A complete five (5) years of maintenance and on-call repair support. This may take the form of up to four option years in addition to the vendor�s standard warranty. The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ELIGIBILITY The applicable NAICS code for this requirement is�(561621)�with a Small Business Size Standard of�($25.0). The Product Service Code (PSC) is�(N063). SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the sources sought will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist,�Jordan Shockley,�in either Microsoft Word or Portable Document Format (PDF), via email�jordan.o.shockley.civ@army.mil�no later than 11:00 a.m.�(CDT)�on�21 Jun 2024�and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (NOTE:� In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.) All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/127aa52b05c449c9b4e787e6ea21a7fb/view)
- Place of Performance
- Address: Fort Gregg Adams, VA 23801, USA
- Zip Code: 23801
- Country: USA
- Zip Code: 23801
- Record
- SN07090674-F 20240609/240607230119 (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 |