Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2024 SAM #8380
SOURCES SOUGHT

99 -- Modular SCIF Requirements Vehicle

Notice Date
11/4/2024 11:06:30 AM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 20755-0549 USA
 
ZIP Code
20755-0549
 
Solicitation Number
632571090
 
Response Due
11/12/2024 8:00:00 AM
 
Archive Date
11/27/2024
 
Point of Contact
Quin Conerly-Anderson, Phone: 6678912946, Robin Schuster
 
E-Mail Address
quin.s.conerly-anderson.civ@mail.mil, robin.n.schuster.civ@mail.mil
(quin.s.conerly-anderson.civ@mail.mil, robin.n.schuster.civ@mail.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Centurion Consulting, LLC to provide a full array of commercial modular Sensitive Compartmented Information Facility (SCIF) products and services. A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305. The proposed contract action is to provide commercial modular SCIF products and services at primarily residential properties. The Government intends to award a Requirements contract that will include design, construction, installation services, disassembly, storage, reassembly, and training for this effort. This requirement also supports an existing fleet of commercial Centurion Secure Vault Series SCIFs. Support includes disassembly, transportation, reassembly, reaccreditation, monitoring services, replacement parts, and storage of the approximately five current Government-owned modular SCIFs. While the National Capital Region is the primary place of performance, the SCIFs and associated support services may be required anywhere in the United States. Furthermore, the ability to support multiple concurrent task orders under this Requirements contract is required. This requirement will also include Task Order Management and program management at the task order level. The SCIFs must meet or exceed Intelligence Community Directive 705 standards, Sound Transmission Class 56 rating, and Transient Electromagnetic Pulse Emanation Standards. In addition, the Intrusion Detection System for the SCIFs must follow Underwriters Laboratories 2050 standards. Heating, ventilation, and air conditioning system (HVAC), electrical, and monitoring service activation and sustainment, to include maintenance for SCIF hardware and system repairs/service calls, are also included as part of the statement of work. In addition to new SCIFs, this contract includes the ability to provide replacement parts on the existing fleet of Centurion Secure Vault Series SCIFs, due to wear and tear over the service lifecycle or damage to individual components or integrated HVAC/electrical/monitoring systems. It is imperative that the contractor be able to procure/service compatible and interchangeable components, physical connections, and monitoring services for quick and dependable redeployments, reconfigurations, and rapid reaccreditations. At this time, the incumbent contractor Centurion Consulting, LLC is the only source capable of providing all necessary products and services.� The basis of the determination is that Centurion Consulting LLC modular SCIFs are currently deployed and active in numerous locations throughout the National Capital Region (NCR). Only Centurion Consulting, LLC has the specific knowledge to disassemble and reassemble the currently owned SCIFs. As Centurion Consulting, LLC worked with its manufacturer to design the physical components of the Centurion Secure Vault Series modular SCIFs, they have the sole capability to procure components. Finally, Centurion Consulting LLC, as the initial installation and accreditation provider, is the only contractor that understands all of the interconnected systems, such as HVAC, electrical, and monitoring services, and can guarantee disassembly, reassembly, and reaccreditation of the fleet of SCIFs. The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. �Companies who believe they can provide this product and service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement.� No reimbursement for any cost connected with providing capability information will be provided.� All responsible sources will be considered in evaluating the determination to issue a sole-source contract. �Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal.� A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. The North American Classification System (NAICS) code 332311 will be used for determining company size status. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC104722C0006 Contract Vehicle: Open Market Incumbent and their size: Centurion Consulting, LLC; Small Disadvantaged Business Method of previous acquisition: Competitive, Small Business Set Aside Period of performance: 17 MAR 2022 � 06 JUN 2023 Contract Number: HC104722P0003 Contract Vehicle: Open Market Incumbent and their size: Centurion Consulting, LLC; Small Disadvantaged Business Method of previous acquisition: Sole Source Period of performance: 28 SEP 2022- 22 NOV 2026 Contract Number: HC104723P0002 Contract Vehicle: Open Market Incumbent and their size: Centurion Consulting, LLC; Small Disadvantaged Business Method of previous acquisition: Sole Source Period of performance: April 2023 � June 2027 SPECIAL REQUIREMENTS: N/A POINTS OF CONTACT: Contract Specialist: Quin Conerly-Anderson, quin.s.conerly-anderson.civ@mail.mil Contracting Officer: Robin Schuster, robin.n.schuster.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6773535d207442f1905845a9cccd8ccc/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07256715-F 20241106/241104230106 (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.