Federal Bid

Last Updated on 14 Aug 2019 at 8 AM
Sources Sought
Fort belvoir Virginia

ICIDS Maintenance

Solicitation ID W91QV1-19-R-8337
Posted Date 29 Jul 2019 at 1 PM
Archive Date 14 Aug 2019 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 Fort belvoir Virginia United states 22060

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Integrated Commercial Intrusion Detection System (ICIDS) Maintenance where the contractor conducts inspections, maintenance, routine testing, installation, and repair/emergency repair on the ICIDS Automated Entry Control systems (AECS); ICIDS IDS; and existing Government-owned CCTV, to include head-end equipment in Building 6619, cameras, and all associated equipment necessary to support the CCTV installed in various facilities and Access Control Points (ACPs) at Fort Meade on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. The period of performance for this requirement will be one (1) base year from 01 Oct 2019 through 30 Sept 2020 followed by four (4) optional years of service with the last option ending on 30 Sept 2024. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes - it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a 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 anticipated NAICS code(s) is 561621 - Security Systems Services (except Locksmiths) and the size standard is $20.5M.

A continuing need is anticipated for ICIDS Maintenance which is currently being fulfilled through the current contract # W91QV1-16-C-0020. Attached is the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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.

2. 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. Identify whether or not your company is a certified DAQ Electronics reseller.

3. 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.

4. Information to help determine if the requirement "ICIDS Maintenance" 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.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at [email protected] or 210-466-2269, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

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

Bid Protests Not Available

Similar Past Bids

Mission South dakota 28 Sep 2018 at 8 PM
Fort gordon Georgia 18 Jun 2014 at 1 PM
Location Unknown 02 May 2016 at 8 PM
Fort leavenworth Kansas 18 May 2010 at 8 PM
Fort leavenworth Kansas 10 Jun 2010 at 12 PM

Similar Opportunities

Tacoma Washington 03 Apr 2026 at 4 AM (estimated)
Whiteman air force base Missouri 13 Jul 2025 at 8 PM
New york New york 29 Jul 2025 at 7 PM
Wisconsin 10 Jul 2025 at 5 PM
Dayton Ohio 10 Jul 2025 at 8 PM