Federal Bid

Last Updated on 08 Sep 2016 at 1 PM
Sources Sought
West point New york

E911 SYSTEM

Solicitation ID W911SD-16-T-0302
Posted Date 22 Jul 2016 at 1 PM
Archive Date 08 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location West point New york United states
SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for E911 System on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source Firm Fixed Price contract to SPOK, INC for the E‐911 XTEND is the primary emergency notification / response system currently used at
West Point Military Reservation. This is an internal, West Point specific emergency notification system integrated into the official telephone system for all West Point reservation occupants to dial 911 to report serious, potentially life threatening injuries, accidents, fires or other situations that require an immediate response from West Points first responders. Emergency responders include personnel from the Military Police, West Point Fire Department and ambulance support from Keller Army Hospital. E‐911 calls are processed by the Avaya telephone switch and an alert is sent to the Military Police for processing or forwarded to other appropriate emergency responders for immediate dispatch. Telephone (voice) contact is maintained by the Military Police or other emergency agency with the caller throughout the incident.

Maintenance and immediate repair of PCPSAP E‐911 hardware or software can involve many technical or proprietary issues that are beyond the capabilities of government administrators to execute. As the subject matter experts for the maintenance and repair of the E‐911 system it is absolutely mission critical.. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Services Will Satisfy Agency Requirements). Please see attached statement of work for detailed information.

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: _511210_Software publisher.


In response to this sources sought, please provide:

1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Maureen Flanagan, at [email protected] 845-938-5046, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

 

Bid Protests Not Available

Similar Past Bids

New york New york 04 Aug 2016 at 10 AM
Buckley Michigan 10 Sep 2014 at 11 PM
Fort rucker Alabama 09 Sep 2016 at 9 PM
Buckley Michigan 04 Aug 2014 at 7 PM
Fort eustis Virginia 22 Sep 2018 at 4 PM