Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOURCES SOUGHT

N -- 113 WG Intrusion Detection System (IDS)

Notice Date
6/11/2024 6:30:25 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W7M1 USPFO ACTIVITY DCANG 113 JB ANDREWS MD 20762-5011 USA
 
ZIP Code
20762-5011
 
Solicitation Number
113WGIDSSourcesSoughtMarketResearch
 
Response Due
6/21/2024 1:00:00 PM
 
Archive Date
07/06/2024
 
Point of Contact
Stacey Little, Phone: 2408570076
 
E-Mail Address
stacey.little.1@us.af.mil
(stacey.little.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT District of Columbia, Air National Guard, (DC ANG) 113 Wing (WG) Intrusion Detection Systems (IDS) NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This SOURCES SOUGHT is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this SOURCES SOUGHT or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this SOURCES SOUGHT or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this SOURCES SOUGHT. No contract will be awarded from this announcement. The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender.� Respondents will not be notified of the results of the evaluation. 1.0 Introduction The DC ANG, 113 WG, Joint Base Andrews, MD 20762 is issuing this sources sought synopsis as a means of conducting market research to identify interested parties to support the requirement for 113th Wing Intrusion Detection System services at Joint Base Andrews, MD.� The intention is to procure these services on a competitive basis with limited competition to authorized vendors of the Tyco International C-CURE 9000 to connect with the existing security system. �The Government seeks to determine if there are sufficient number of capable vendors that are interested in the IDS requirement. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR A PARTICULAR SMALL BUSINESSES SOCIO-ECONOMIC CATEGORY.� 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 their submissions. 2.0 Scope of Work The IDS DRAFT scope of work is enclosed as Attachment 1 to this notice. The estimated delivery date is 120 days after award.� The Government is interested in expedited delivery options, if possible. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. 3.0 Responses Contractors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this notice via a submission of an executive summary on 8 � x 11 in paper, no more than ten (10) pages in length, using 12 point font.� All responses must include the following information: (1) Name and address of applicant/company (Corporate/Principal Office) � (2) SBA Socio- Economic Category: (3) Name, telephone number, fax number, and e-mail address of primary point of contact (4) CAGE Code and DUNS Number. (5) The Government is considering NAICS Code 561621, Security Systems Services with a Small Business Size Standard of $25 million for this effort. If another more appropriate NAICS code applies, please recommend an approved NAICS code for this effort. (6) Identify capabilities, relevant information to avoid shipment delays and general delays to the project. (7) Recommendations to improve DC ANG�s approach to this requirement. (8) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (9) This effort requires access to �SECRET� information. Address in your reply if your company has a current Facility Security Clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a (�Secret�) Facility Clearance. (10) Please note in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. (11) Please state if your company plans to submit a proposal for the IDS requirement (if solicited).� If not, please provide the reasons your company does not plan to submit a proposal. (12) Please provide any comments/questions for the SOW in track changes when responding to this notice. 4.0 Response Deadline / Submission Info Sources Sought Responses (Section 3.0, Items 1 -11) shall be provided by 1600 Eastern Time on 21 June 2024.� SOW Comments/Questions (Section 3.0, Item 12) shall be provided by 1600 Eastern Time on 21 June 2024. Responses shall be submitted via e-mail to stacey.little.1@us.af.mil Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph by paragraph basis.� The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on this basis.� Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this notice is proprietary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a25928fd66844be8b71c955ee9cf73df/view)
 
Place of Performance
Address: Andrews AFB, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07093856-F 20240613/240611230132 (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.