Versar Security Systems, LLC
6850 Versar Center, Suite 201
Springfield, VA 22151
The MCI-NCR RCO intends to award this requirement under the authority of FAR 6.302-1(a)(iii), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This requirement is to install additional Access Control and Intrusion Detection System (IDS) equipment to the Marine Corps Intelligence Activity's (MCIA) Command Security Office (CSO) existing system which will increase their capabilities to prevent unauthorized access to classified information. The current maintenance contract shall cover the maintenance of the new equipment procured and installed under this purchase order/contract vehicle.
The Access Control & Intrusion Detection System is a critical part of MCIA's security posture and is used to prevent unauthorized access (to include reporting of covert and surreptitious activity) to classified national security information. Proper installation and functionality of this system and the new requested equipment, directly affects the accreditation status of MCIA facilities. MCIA is a Five Eyes (FVEY) facility with plans, via this requirement, to increase its FVEY presence. This requirement meets MCIA's solution to expand their capabilities, is scalable towards future growth, and is being fiscally responsible. By not installing the new equipment by knowledgeable and vetted contractors, weakens MCIA's capabilities to expand and prevents them from detecting unauthorized access to our national security information. Additionally, the existing maintenance contract will not cover equipment not manufactured and sold by them. All of the equipment must interface with existing equipment and software.
This requirement specifies that the vendor must have and maintain an active Top Secret Facility Clearance. The Contractor must ensure the Government that their U.S. citizens (contract personnel) possess in-scope (per current DoD 6-year reinvestigation requirement), favorable, Single Scope Background Investigation (SSBI) / T5 investigation (to include SBPR, PPR or T5R), or are currently enrolled in the DoD Continuous Evaluation (CE) / Continuous Vetting (CV) program, adjudicated for Sensitive Compartmented Information (SCI) eligibility by the DoD Central Adjudication Facility (DoD CAF) without conditions, exceptions, or waivers at the time of award and prior to performance under a purchase order/contract. This requirement also states the vendor must provide a one year warranty for parts and 45 days warranty for labor.
Procurement planning for the follow-on effort is currently in process, and award is expected to be made on or around September 10, 2019, in accordance with fair opportunity under Far Part 13 procedures.
The anticipated installation for this contract is within thirty (30) days date of award. This notice of intent is NOT a request for competitive quotes; however, all responsible sources may submit a capability statement or quotation which shall be considered by the agency. Capability statements or quotes, if received timely, will be considered; however, a determination by the Government not to compete the requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall be emailed to [email protected] no later than 6 September 2019, 12:00 p.m. Eastern Time. Late responses will not be considered.