Federal Bid

Last Updated on 04 Aug 2021 at 2 PM
Sources Sought
Tacoma Washington

ICIDS Monitoring, Maintenance and Repair

Solicitation ID PANMCC-21-P-0000-015815
Posted Date 04 Aug 2021 at 2 PM
Archive Date 02 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qm Micc-Jb Lewis-Mc Chord
Agency Department Of Defense
Location Tacoma Washington United states 98433

SOURCES SOUGHT SYNOPSIS

INTRODUCTION

THIS IS A Sources Sought Notice ONLY.  The Mission and Installation Contracting Command (MICC) Joint Base Lewis McChord (JBLM) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to monitor, maintain, repair, replace, survey and manage the current Joint Base Lewis-McChord (JBLM) Integrated Commercial Intrusion Detection System (ICIDS II and ICIDS IV) Architectural Platform system. The intention is to procure these services on a competitive basis, therefore, 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 applicable NAICS code for this requirement is 561621 with a corresponding Small Business Size Standard of $22 million. The Product Service Code is J063. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

The estimated period of performance consists of a base period of 12 months and four option periods with performance commencing in March 2022. The contract type is anticipated to be Firm Fixed Priced.

DISCLAIMER

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 synopized on the Government wide Point of Entry (betaSAM http://beta,sam.gov/). It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.  

It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.

Not responding to this notice does not preclude participation in any future Request for Quote (RFQ)/Invitation for Bid (IFB) or Request for Proposal (RFP) relative to this requirement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submittals.

REQUIRED CAPABILITIES

The Department of Emergency Services (DES), is designated as the The Integrated Commercial Intrusion Detection System (ICIDS) responsible party. The Contractor shall provide all necessary personnel, services, and equipment required for monitoring, maintaining, repairing, administering, surveying, and installation of all Intrusion Detection Systems/Electronic Access Control Systems (IDS/EACS/CCTV) components at JBLM.  The contractor shall administer, monitor, repair, and maintain the entire

  1. IDS/EACS/Security VLAN connected &
  2. CCTV/Badging/Guard Tour/Bio-metric &
  3. Audio systems in a fully operational state. 

Contractor shall provide all necessary manpower and material required to perform replacement of components, scheduled maintenance, adjustments, conduct tests, trouble shoot, repair or other scheduled or non-scheduled work. 

Contractor is responsible for ensuring the ICIDS primary and secondary redundant (backup) monitoring work stations are maintained operational throughout the base and awarded option years. 

Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).

SPECIAL REQUIREMENTS:

  • Personnel and Facility Security Clearances. The successful contractor shall have a current company security clearance of Top Secret. All contractor employees must hold a minimum of a secret level clearance.
  • The successful contractor shall be a certified DAQ SMS Starwatch Distributorship/Integrator.    
  • 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 Top Secret Facility Clearance.

In response to this sources sought, please provide:

1.  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.

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.

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. Provide a tailored capability statement addressing the specifics of this effort.  Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

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 to acquiring the identified items.

NOTE:  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, 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 Sources Sought Synopsis.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1)

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, PST, 18 August 2021. All responses under this Sources Sought Notice must be e-mailed to [email protected]

This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, 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 PWS for the base period as well as the option periods.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jason McCormick, in either Microsoft Word or Portable Document Format (PDF), via email [email protected]

Bid Protests Not Available

Similar Past Bids

Tacoma Washington 17 Aug 2023 at 11 PM
Augusta Georgia 01 Mar 2024 at 2 PM
Natick Massachusetts 07 Jul 2022 at 8 PM
Tooele Utah 14 Mar 2024 at 7 AM
Columbia South carolina 21 May 2021 at 7 PM

Similar Opportunities

Tacoma Washington 03 Apr 2026 at 4 AM (estimated)
Dayton Ohio 10 Jul 2025 at 8 PM
Dayton Ohio 10 Jul 2025 at 8 PM
Rio rico Arizona 09 Jul 2025 at 9 PM
Rio rico Arizona 09 Jul 2025 at 9 PM