Maryland Bids > Bid Detail

Sources Sought Notice - Physical Security Preventive Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159391955578247
Posted Date: Nov 28, 2022
Due Date: Dec 12, 2022
Solicitation No: PANMRA23P0000000344
Source: https://sam.gov/opp/d95ef5908a...
Follow
Sources Sought Notice - Physical Security Preventive Maintenance
Active
Contract Opportunity
Notice ID
PANMRA23P0000000344
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
ARMY MED RES ACQ ACTIVITY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 28, 2022 01:57 pm EST
  • Original Response Date: Dec 12, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    MD 20910
    USA
Description

INTRODUCTION:



The U.S. Army Medical Research Acquisition Activity (USAMRAA) is issuing this sources sought notice (SSN) on behalf of the National Museum of Health and Medicine (NMHM) as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Physical Security Preventive Maintenance.





Based on the responses to this SSN/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





PLACE OF PERFORMANCE:



Location- US Army Garrison-Forest Glen, National Museum of Health and Medicine, 2460 Linden Lane, Buildings 2500 and 178, Silver Spring, MD 20910.





DISCLAIMER:



This is a Request for Information (RFI), as defined in FAR 15.201(e), to ascertain whether a commercial item exists that provides the capabilities described herein.





This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained.





PROGRAM BACKGROUND:



The National Museum of Health and Medicine has the responsibility for the development, planning, analysis, management, and implementation of all activities related to its missions, its holdings, their use, or any other activity related thereto. The NMHM is the permanent steward of the nation’s National Historic Landmark medical collection that consists of human and animal remains, manufactured artifacts, archival materials, and other collections of unique and inestimable clinical, scientific, social, cultural, historic, and economic value.





Estimated Tasks:



Task 1 - Specific Tasks: The Contractor shall be responsible for providing physical security preventative maintenance services for the alarm system at an acceptable level as required under the eventual PWS. The alarm system is located in buildings 178 and 2500, located at 2460 Linden Lane, United States Army Garrison-Forest Glen (USAG-FG) Annex, Silver Spring, MD 20910.



Task 2 - Site Visits: The Contractor shall conduct an initial site visit within 30 days of contract award to perform an analysis of system functionality. The Contractor shall provide two qualified technicians during the site visits. During the site visits, the Contractor shall update software, mitigate any abnormal issues, and make repairs if necessary. The Contractor shall conduct annual site visits (if options are exercised) to ensure continuity of services and provide the same expected performance measures and outcomes. In the event work is conducted on alarmed cases containing museum artifacts, the COR will notify collections staff and the collections department will provide a representative to move artifacts as needed to allow for completion of work.



Task 3 - Repair Parts/Replacement Parts: The Contractor shall repair and replace alarm system related parts, as needed, and must be approved by the COR in advance. Equipment covered includes servers, cameras, sensors, switches, electronic locks, card readers, control boxes, RADC’s panic buttons, class break sensors or any other devices connected to the security monitoring and access system for function. All parts replaced must be catalogued and reported to the COR in a living document and must include the date approved by the COR, date purchased, nomenclature, part number, quantity, unit of issue (UI), cost per unit, and total cost.



Task 4 - Emergency Response Criteria: The Contractor shall respond to emergency calls before or within 24-48 hours of reported incidents to troubleshoot, fix or provide parts for repairs.



Task 5 - Monthly Status Report: The Contractor shall provide a monthly status report (MSR) to the Government COR and include a daily log of relevant information such as date, problem statement, priority level (high/low), corrective action taken, and if completed or in-progress.



Task 6 - Special Qualifications: The Contractor shall be responsible for providing highly qualified personnel capable of performing detailed analysis and troubleshoot issues for a precise diagnosis.



Task 7 - The contractors supporting this contract must have the knowledge and experience to identify discrepancies and take corrective actions to restore the alarm system to fully mission capable.





CAPABILITY:



If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.





ELIGIBILITY:



The applicable NAICS code for this requirement is 561621 - Security Systems Services (except Locksmiths), with a Small Business Size Standard of $22M. The Product Service Code is J063, Maintenance, Repair, and Rebuilding of Equipment – Alarm, Signal, and Security Detection Systems. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





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 subcontractors would be needed)? If so, provide details.



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



5) For small businesses, 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 tasks.



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



8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



Interested parties are requested to submit a capabilities statement of no more than three (3) 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 10:00 AM, Eastern Time, 12 December 2022. All responses under this Sources Sought Notice must be e-mailed to Benjamin.t.marcus2.civ@health.mil.




  1. The estimated period of performance consists of a 12-month base period and two 12-month option periods. The period of performance shall tentatively commence on or around 17 January 2023.

  2. The contract type is anticipated to be Firm Fixed Price.

  3. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

  4. Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF).

  5. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

  6. All questions must be submitted to the Contract Specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. No phone calls will be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • 808 SCHREIDER ST
  • FORT DETRICK , MD 21702
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 28, 2022 01:57 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >