Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOURCES SOUGHT

N -- Maintenance SCIF Alarm Systems Recompete

Notice Date
1/15/2025 2:37:33 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N3220525Q2170
 
Response Due
1/17/2024 9:00:00 AM
 
Archive Date
01/17/2025
 
Point of Contact
Torie Cunningham, Phone: 7574430952, Alvinia JENKINS, Phone: 757-443-5881
 
E-Mail Address
torie.m.cunningham.civ@us.navy.mil, alvinia.jenkins@navy.mil
(torie.m.cunningham.civ@us.navy.mil, alvinia.jenkins@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. As part of its market research, Military Sealift Command (MSC) has an immediate requirement for the servicing and maintenance of an installed DMP XR500DEL-G and accredited Intrusion Detection System (IDS) that meets Underwriters Laboratories (U 1-2050) standards to support a secure enclave within MSC Headquarters (I-IQ), Norfolk, VA. This requirement excludes fiber-optic connectivity to the police dispatch center at Navy Base Norfolk. The contractor will be responsible for the annual inspection of the accredited UL-2050 SCIF Intrusion Detection System, including the installed battery and the Automated Electronic Access Control System (AECS). The contractor will ensure that the system meets the Underwriters Laboratories 2050 standard, and will issue an appropriate waiver letter to Headquarters Military Sealift Command for the lack of fiber optic connectivity to the base dispatch center until the fiber hub is installed at Naval Support Activity Hampton Roads. The anticipated period of performance is one year for the base period, with four (4) one-year option periods, commencing on or around October 2025. The NAICS Code is 561621: Security Systems Services (except Locksmiths) MSC anticipates requiring on-site (Government office) contractor support in the following location: MSC HEADQUARTERS (HQ), NORFOLK, VA Again, THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This is a market research tool used to determine the availability and adequacy of potential business sources and to determine if there are two or more small businesses that may be capable of performing the requirement prior to determining the method of acquisition and issuance of an award. Please note the information within this notice will be updated and/or may change prior to an offical synopsis/solicitation, if any. CAPABILITY PACKAGE SUBMISSION REQUIREMENTS: It is requested that interested businesses submit a capabilities package demonstrating ability to provide the requested services. Please see attached Performance Work Statement (PWS). Submission of a capabilities package is not a prerequisite to any potential future offerings but participation will assist the Government in tailoring the requirement to be consistent with industry. Responses should reference the Sources Sought Notice and shall include the following information. (a) Company profile to include number of employees, office location(s), DUNS number, and cage code (b) Point of contact, title, telephone number, fax number, address, and email address (if available) (c) Small business standing (i.e., large or small business, if small business, the specific category/NAlCS of small business). (d) Capability statement addressing ability to properly support the scope of PWS and provide on-site work as required in the PWS. Include a statement of any special qualifications, certifications, facilities applicable to the scope of this project that are held by your firm and/ or in-house personnel. Include details of any similar projects with descriptions (e) Describe your ability to support the scope of the requirement listed in this notice and applicable attachments. (f) Provide any recommendations and/or concerns. All information received in response to this Sources Sought marked ""Proprietary"" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government reserves the right to ask follow-up clarifying questions to individual companies based on proprietary information submitted without posting those questions. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. MSC will not pay for information received in response to this Sources Sought. Do not submit pricing information in response to this Sources Sought. Responses to this Sources Sought should not exceed 5 pages in length. This Sources Sought is issued for information and planning purposes only and does not itself constitute an RFQ. The Government does not intend to award a contract based only on responses to this Sources Sought. RESPONSES ARE DUE on Friday, 17 January 2025 by 12:00 PM Eastern Standard Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63aaf6772aa94eb18f9d81288aa76ae1/view)
 
Place of Performance
Address: VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07314327-F 20250117/250115230107 (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.