Federal Bid

Last Updated on 15 Sep 2011 at 5 PM
Solicitation
Aberdeen proving ground Maryland

Security Management System, C4ISR, Aberdeen Proving Ground, Aberdeen, Maryland

Solicitation ID w912bu10r0006
Posted Date 13 Jan 2010 at 9 PM
Archive Date 15 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states
  This specification and related building drawings describe the requirements for security systems consisting of an Access Control System (ACS), Intrusion Detection System (IDS), Intercom System (ICS), Closed Circuit Television (CCTV) System, Visitor Management System (VMS) and other components of security systems. The integration of all these systems shall be identified as the Security Management System (SMS).  The specifications and building drawings describe the installation of new security for the Department of the Army's Base Realignment and Closure (BRAC) action includes the relocation of "Team C4ISR" (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) from Fort Monmouth, NJ (and its minor affiliates from Fort Belvoir, VA; Redstone Arsenal, AL and Fort Huachuca, AZ) to Aberdeen Proving Ground (APG), MD. These activities will be consolidated to a "campus" in the North Cantonment area of APG. The estimated number of personnel to be relocated is approximately 7,300. The entire campus includes 14 buildings and approximately 2.4 million square feet of Research & Development (R&D) Campus and required functions to support mission. Competitive best value source selection procedures (FAR 15.101) will be used for this procurement. The source selection process will be based on the LOWEST PRICED TECHNICLLY ACCEPTABLE OFFER.  The Source Selection Evaluation Factors are:  Factor 1 - Past Relevant Experience of Offeror's Team - The Offeror will demonstrate past experience of Security Management Systems by providing recent and relevant experience.  Relevant projects are those which are similar in scope, magnitude and complexity and have been completed within the past seven (7) years. Factor 2 - Past Performance of Offeror's Team - Offerors are required to provide a Past Performance questionnaire to their previous Client(s) for their past Client's input on their firm's and/or that of any past Team Association or sub-contractors Past Performance.  Offerors shall submit Past Performance questionnaires for each project submitted under Factor 1.  Projects must be recent (project constructed within the past 7 years), relevant project similar in scope.  Factor 3 - Proposed Schedule - Offerors are required to provide in graphic format, detailed schedule indicating the scheduling capability and planning organization of the Offeror and sub-contractor(s) to meet the governments' construction completion timeline. Detailed evaluation criteria will be included in the RFP package.     PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED.  The NAICS Code for this project is 561621 and the small business size standard is $12.5 million.  Issue date is on or about 24 November 2009 with proposals due January 5, 2010.  The solicitation documents will only be available via the Federal Business Opportunity Website at www.fbo.gov   Hard copies will not be available.  No written or fax requests will be accepted.  It is the contractor's responsibility to monitor FBO for any amendments.  Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans.  Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/.   All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300.  Service Contract Act rates will be applicable and bonding is required.  Please review all bonds and accompanying documents required to be submitted.  Affirmative action to insure equal employment opportunity is applicable to the resulting contract.  Liquidated damages will be specified.    Affirmative Action to ensure equal opportunity is applicable to the resulting contract.  Award will be made as a whole to one bidder.  This procurement is Unrestricted.
Bid Protests Not Available